Loading...
Agenda 12-03-24The City of Boynton Beach City Commission Agenda Tuesday, December 3, 2024, 6:00 PM City Hall Commission Chambers 100 E. Ocean Avenue Boynton Beach City Commission Ty Penserga, Mayor (At Large) Aimee Kelley, Vice Mayor (District IV) Angela Cruz, Commissioner (District I) Woodrow L Hay, Commissioner (District II) Thomas Turkin, Commissioner (District III) Daniel Dugger, City Manager Shawna Lamb, City Attorney Maylee De Jesus, City Clerk City Commission Meeting 6:00 PM *Mission* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. www.boynton-beach.org 1 Welcome Thank you for attending the City Commission Meeting General Rules & Procedures for Public Participation at City of Boynton Beach Commission Meetings The Agenda: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. Speaking at Commission Meetings: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit - Three (3) Minutes. Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, and presentations. - Time Limit - Three (3) Minutes. Addressing the Commission: When addressing the Commission, please step up to either podium and state your name for the record. Decorum: Any person who disrupts the meeting while addressing the Commission may be ordered by the presiding officer to cease further comments and/or to step down from the podium. Failure to discontinue comments or step down when so ordered shall be treated as a continuing disruption of the public meeting. An order by the presiding officer issued to control the decorum of the meeting is binding, unless over-ruled by the majority vote of the Commission members present. Please turn off all cellular phones in the City Commission Chambers while the City 2 Commission Meeting is in session. The City of Boynton Beach encourages interested parties to attend and participate in public meetings either in-person or via communications media technology online. To view and/or participate in the City Commission meeting online you have the following options: 1. Watch the meeting online, but not participate: https://www.boynton-beach.org/748/Watch-City-Commission-Meetings 2. Watch the meeting online and provide public comment during the meeting: YouTube channel (https://www.youtube.com/@cityofboynton). Please click onto the description / more tab under the video player to see: *The Agenda link *Live-To-Air Public Comment link *Instructions on how to make a comment link *Tech Support hotline number If you are following the agenda and want to speak specifically during the agenda item labeled “Public comments”, you are permitted to start the connectivity process during the item that precedes public comments to ensure that all contributors are in que, screened and ready when that segment of the agenda is presented, or please wait until your topic of concern is being discussed before requesting to join the meeting for public comment. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. *Presenters, Consultants, and Subject Matter Experts (SME) may join at any time with prior approval. For additional information or for special assistance prior to the meeting, please contact Maylee De Jesús, City Clerk at cityclerk@bbfl.us or (561) 742-6061. 3 1.Openings A.Call to Order - Mayor Ty Penserga 2.Other A.Information Items by members of the City Commission. 3.Announcements, Community and Special Events And Presentations A.Proclamation for December 2024 as Impaired Driving Awareness Month. B.Announcement- Vegetation Amnesty Week from December 9th to December 13th for residents. C.Announcement- Pearl Harbor Remembrance Day Ceremony. 4.Public Audience Roll Call. Invocation by Commissioner Woodrow Hay. Pledge of Allegiance to the Flag led by Commissioner Woodrow Hay. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption City Commissioners to disclose any informational items to the public. Proclamation recognizing December 2024, as Impaired Driving Awareness Month. The proclamation will be accepted by Sgt. Christopher Munro and Officer Vladimir Alexis. The Solid Waste Division will be collecting extra vegetation during Vegetation Amnesty Week from December 9th through December 13 th for residents. Residents may place more than three (3) cubic yards of vegetation only out for pickup on their scheduled bulk pick up day during that week. All guidelines must be followed for pickup and fees will be waived during the amnesty week only. If you have any questions, you can contact us at (561) 742-6200, option 1, Monday – Friday, 8:00 A.M. to 5:00 P.M. Announcement of the Pearl Harbor Remembrance Day Ceremony hosted by the City of Boynton Beach, in collaboration with the Boynton Beach Veterans Task Force. The ceremony is being held at Tom Kaiser U.S.N. Boynton Beach Veterans Memorial Park located at 411 N. Federal Highway on Saturday, December 7th, starting at 11:00 A.M. The event is free and open to the public. For more information including ADA accommodations visit the City's website, www.Boynton-Beach.org. Public Audience: Any citizen may be heard concerning any matter within the scope 4 5.Administrative A.Advisory Board Appointments. 6.Consent Agenda A.Proposed Resolution No. R24-305- Approve the Second Lease Extension Agreement between the City of Boynton Beach and Boynton Beach Community Redevelopment Agency, extending the current lease for twelve (12) additional months for the use of property located at 511 E. Ocean Avenue, Boynton Beach, FL 33435. B.Proposed Resolution No. R24-306- Approve the renewal of insurance policy for flood insurance coverage with Wright Flood for the policy with an effective dates of December 9, 2024. C.Proposed Resolution No. R24-307- Authorize the Mayor to complete the America Is All In All-of-Society Letter sign on statement form to reaffirm commitment to climate action and resilience. D.Proposed Resolution No. R24-308- Approve Boynton Beach Fire Rescue to donate vehicle number 8706, 2007 Wells Cargo Trailer valued at $3,000 to Boynton Beach Fire Firefighters Benevolent Association. E.Proposed Resolution No. R24-309- Approve a change order/increase for PO 241274 - 2GHO, Inc., Landscape Architects, in the amount of $25,404 for a new total amount of $60,214, due to Additional Professional Landscape Architectural and Engineering Services for the Sara Sims Memorial Park Expansion project. F.Proposed Resolution No. R24-310- FY2024-25 Budget Amendment modifying various Funds to address FY2023-24 Purchase Orders (Encumbrances). G.Commission Meeting Minutes. 7.Consent Bids and Purchases over $100,000 of the jurisdiction of the Commission. Speakers will be limited to 3-minute presentations (at the discretion of the Chair, this 3-minute allowance may need to be adjusted depending on the level of business coming before the City Commission). City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Staff recommends approval of Proposed Resolution No. R24-305. Staff recommends approval of Proposed Resolution No. R24-306. Staff recommends approval of Proposed Resolution No. R24-307. Staff recommends approval of Proposed Resolution No. R24-308. Staff recommends approval of Proposed Resolution No. R24-309. Staff recommends approval of Proposed Resolution No. R24-310. Approve minutes from the November 4, 2024 City Commission Meeting. 5 A.Proposed Resolution No. R24-311- Approve the purchase of vehicles and equipment by utilizing the rates of the Florida Sheriff's Association Contract FSA24-VEL32.0, the Florida Sheriff's Association Contract FSA23-EQU21.0, the Florida Sheriff's Association Contract FSA23-VEH21.1, the Sourcewell Contract 091521-NAF, the Sourcewell Contract 032824-NAF, the City of Tallahassee Contract 5179-MY25, and the State Contract- 25100000-23-STC, for an estimated total amount of $4,736,000, plus a contingency of twenty-two percent (22%) $1,041,921 for increases should the vehicles and/or equipment no longer be available and new models be delivered. B.Proposed Resolution No. R24-312- Award of Invitation for Bid No. WH24-079 for the Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies to the Parts House, Vehicle Maintenance Program, and Advance Stores Company, Inc. with an annual expenditure not to exceed $200,000 for each vendor per year. C.Proposed Resolution No. R24-313- Authorize the purchase of Avigilon Security Cameras for City Hall, Fire Stations 3, and Sara Sims Park camera replacement projects, and increase the annual expenditure for the City's piggyback agreement with Broadcast Systems, Inc. for Information Technology Related Services utilized by Police and ITS, by increasing the annual not to exceed amount to $750,000. D.Proposed Resolution No. R24-314- Approve the purchase for the replacement of Pool Heaters at Denson Pool, related to the project Denson Pool Heater Replacement, with Symbiotic Service Corp., which is scheduled in the FY2025 proposed and adopted Fund 303 CIP plan, for a budgeted amount of $100,000. 8.Public Hearing 6 P.M. or as soon thereafter as the agenda permits. T he City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. 9.City Manager’s Report 10.Regular Agenda A.Discussion on the palette color chart to choose for the project Ocean Avenue Streetlight Improvements. B.Discussion regarding residency requirements for Elections. 11.Future Agenda Items Staff recommends approval of Proposed Resolution No. R24-311. Staff recommends approval of Proposed Resolution No. R24-312. Staff recommends approval of Proposed Resolution No. R24-313. Staff recommends approval of Proposed Resolution No. R24-314. Discussion on the palette color chart to choose for the project Ocean Avenue Streetlight Improvements. Requested by Commissioner Turkin. 6 A.Discussion regarding an update on the Tennis Court improvements. - December 17, 2024 B.Draft review of Procurement Policies and Procedures, including local business preference. - February 18, 2025 C.Discussion regarding Rapid Re-housing Program - Pending meeting with Mayor Penserga D.Discussion regarding combining City properties together to create senior affordable housing . - Pending meeting with Mayor Penserga E.Discussion regarding Amendments to the Code of Ordinances regarding flooding in the community.- Pending meeting with Commissioner Cruz F.Discussion regarding Hazard Pay for Community Standards.- Pending meeting with Commissioner Cruz G.Discussion regarding requirements for Advisory Board Appointments.- Pending meeting with Vice Mayor Kelley H.Discussion regarding how to attract more affordable housing within the City.- TBD 12.Adjournment Requested Commissioner Cruz. Requested by Mayor Penserga and Commissioner Cruz. Requested by Mayor Penserga. Requested by Mayor Penserga. Requested by Commissioner Cruz. Requested by Commissioner Cruz. Requested by Vice Mayor Kelley. Requested by Vice Mayor Kelley. Notice If a person decides to appeal to any decision made by the City Commission with respect to any matter considered at this meeting, He/She will need a record of the proceedings and, for such purpose, He/She may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. (F.S. 286.0105) The City shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service, program, or activity conducted by the City. Please contact the City Clerk's office, (561) 742-6060 or (TTY) 1-800-955-8771, at least 48 hours prior to the program or activity in order for the City to reasonably accommodate your request. Additional agenda items may be added subsequent to the publication of the agenda on the City's web site. Information regarding items added to the agenda after it is published on the City's web site can be obtained from the office of the City Clerk. 7 City of Boynton Beach Agenda Item Request Form 3.A Announcements, Community and Special Events And Presentations 12/ 3/2024 Meeting Date: 12/ 3/2024 Proclamation for December 2024 as Impaired Driving Awareness Month. Requested Action: Proclamation recognizing December 2024, as Impaired Driving Awareness Month. The proclamation will be accepted by Sgt. Christopher Munro and Officer Vladimir Alexis. Explanation of Request: The City of Boynton Beach recognizes the importance of honoring those who have been killed or injured in drunk and drugged driving crashes, as a result of alcohol or substance impaired driving consequences, as well as anyone who has been emotionally devastated by these violent crimes. How will this affect city programs or services? There is no affect on City programs or services for this item. Fiscal Impact: There is no fiscal impact to the budget for this item. Attachments: Candlelight Vigil 2024.docx 8 Proclamation WHEREAS, the City of Boynton Beach recognizes the importance of honoring those who have been killed or injured in drunk and drugged driving crashes, as a result of any alcohol or substance impaired driving consequences, as well as anyone who has been emotionally devastated by these violent crimes; and WHEREAS,in 2023 Palm Beach County had 2,320 drivers arrested for driving under the influence of alcohol or narcotics, there were 1,087 total crashes, 77 serious injuries and 37 fatalities all caused by impaired drivers; and WHEREAS,December is National Impaired Driving Awareness Month, and November and December are the deadliest months of the year for drunk driving crashes; and WHEREAS,Mothers Against Drunk Driving, Palm Beach County’s Public Safety Department Victim Services Division are working to create a future of No More Victims and support victims and survivors at no charge;and WHEREAS,Mothers Against Drunk Driving, Palm Beach County’s Public Safety Department Victim Services Division, and the Boynton Beach Police Department will host a candlelight vigil in the City of Boynton Beach on December 4th to honor victims and survivors; and WHEREAS,all citizens are urged to join in the local efforts to raise awareness and to honor the lives of those killed or injured as a result of drunk driving, drugged driving or underage drinking consequences: and NOW,THEREFORE,I, Ty Penserga, Mayor of the City of Boynton Beach,Florida, do hereby proclaim the month of December, Two Thousand Twenty-Four as: IMPAIRED DRIVING AWARENESS MONTH IN WITNESS WHEREOF,I have hereunto set my hand and caused the Seal of the City of Boynton Beach, Florida to be affixed at Boynton Beach Florida, the 3rd day of December, Two Thousand Twenty-Four. Ty Penserga, Mayor ATTEST: Maylee De Jesús, MPA, MMC City Clerk 9 City of Boynton Beach Agenda Item Request Form 3.C Announcements, Community and Special Events And Presentations 12/ 3/2024 Meeting Date: 12/ 3/2024 Announcement- Pearl Harbor Remembrance Day Ceremony. Requested Action: Announcement of the Pearl Harbor Remembrance Day Ceremony hosted by the City of Boynton Beach, in collaboration with the Boynton Beach Veterans Task Force. The ceremony is being held at Tom Kaiser U.S.N. Boynton Beach Veterans Memorial Park located at 411 N. Federal Highway on Saturday, December 7th, starting at 11:00 A.M. The event is free and open to the public. For more information including ADA accommodations visit the City's website, www.Boynton-Beach.org. Explanation of Request: Request to make an announcement regarding the Pearl Harbor Remembrance Day Ceremony being held on Saturday, December 7th, starting at 11:00 A.M.. The event is being held at Tom Kaiser U.S.N. Boynton Beach Veterans Memorial Park located at 411 N. Federal Highway and is free and open to the public. How will this affect city programs or services? Support services provided by the Public Works Department. Fiscal Impact: This is a budgeted event. 10 City of Boynton Beach Agenda Item Request Form 5.A Administrative 12/ 3/2024 Meeting Date: 12/ 3/2024 Advisory Board Appointments. Requested Action: City Commission to reappoint and appoint eligible members of the community to serve in vacant positions on City Advisory Boards. Explanation of Request: The City Clerk's Office has received applications from City residents who are seeking to become new board members. The attached list contains term openings and vacancies on the various advisory boards with the designated Commission members having responsibility for the appointment to fill each term opening and vacancy. How will this affect city programs or services? Appointments are necessary to keep City Advisory Boards full and operating as effectively as possible. Fiscal Impact: There is no fiscal impact to the budget for this item. Attachments: Advisory_Board_Appointments_Reappointments_and_Applicants_for_December 3, 2024.docx Corbit, Micheal - Affordable Housing Advisory Committee.pdf Linton, Kerry - Affordable Housing Advisory Committee.pdf Plummer, Christopher - Affordable Housing Advisory Committee.pdf 11 Advisory Board Vacancies December 3, 2024 Affordable Housing Advisory Committee 3 Year Term Mayor Penserga Citizen who is actively engaged as a for-profit provider of affordable housing Vice Mayor Kelley Citizen who is actively engaged in residential home building in connection with affordable housing I Cruz Citizen who represents essential services personnel II Hay Citizen who represents those areas of labor actively engaged in home building in connection with affordable housing III Turkin Citizen who represents employers within the jurisdiction Mayor Penserga Citizen who is actively engaged as a not-for-profit provider of affordable housing Applicants:Michael Corbit Citizen who represents employers within the jurisdiction Kerry Linton Citizen who represents those areas of labor actively engaged in home building in connection with affordable housing Christopher Plummer Citizen who is actively engaged as a not-for-profit provider of affordable housing Art Advisory Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms I Cruz Regular Vacant II Turkin Regular Vacant Applicants:None Building Board of Adjustment and Appeals Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms Mayor Penserga Regular Replaces Daniel Berger – 2 nd term expired Vice Mayor Kelley Regular Replaces Paul Bortz – 2 nd term expired I Cruz Regular Replaces Timothy Dornblaser – 2 nd term expired II Hay Regular Replaces Sanford Guritzky – 2 nd term expired III Turkin Regular Vacant Mayor Penserga Regular Vacant Vice Mayor Kelley Alternate Vacant I Cruz Alternate Vacant Applicants:None Education and Youth Advisory Board Regular Member 2 (2 year) terms Alternate/Student Member 2 (1 year) terms Vice Mayor Kelley Regular Vacant Applicants:None Historic Resources Preservation Board – Quasi-judicial Regular Member 2 (2 year) terms Alternate Member 2 (1 year) terms Mayor Penserga Alternate Replaces Victor Norfus – did not apply for 2 nd term I Cruz Alternate Vacant Applicants:None 12 Advisory Board Vacancies December 3, 2024 Recreation and Parks Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms I Cruz Alternate Vacant Applicants:None Senior Advisory Board Regular member 2 (2 year) terms Alternate Member 2 (1 year) terms Vice Mayor Kelley Alternate Vacant I Cruz Alternate Vacant Applicants:None 13 This Message Is From an External Sender This message came from outside your organization. From:City Clerk To:De Jesus, Maylee; Stanzione, Tammy Subject:FW: Advisory Board Appointment application Date:Tuesday, November 19, 2024 2:06:38 PM Attachments:M_Corbit_Bio_2023.docx From: mcorbit <noreply@123formbuilder.com> Sent: Tuesday, November 19, 2024 1:40 PM To: City Clerk <CityClerk@bbfl.us> Subject: Advisory Board Appointment application Today's date 11/19/2024 Name Michael Corbit Phone number Address 3400 Belvedere Rd. West Palm Beach FL 33406 United States Email mcorbit@ careersourcepbc. com Current occupation or, if retired, prior occupation Vice President Education BS andZjQcmQRYFpfptBannerStart ZjQcmQRYFpfptBannerEnd Today's date 11/19/2024 Name Michael Corbit Phone number Address 3400 Belvedere Rd. West Palm Beach FL 33406 United States Email mcorbit@careersourcepbc.com Current occupation or, if retired, prior occupation Vice President Education BS and Executive Development Certificate Are you a registered voter?Yes Do you reside within the Boynton Beach City limits?No Do you own/manage a business within City limits?No If "yes", name of business:CareerSource Palm Beach County Are you currently serving on a City board?No Have you served on a City board in the past?Yes If "yes", which board(s) and when?Affordable Housing Advisory Committee 14 Have you ever been convicted of a crime?No If "yes", when and where? Advisory Board Affordable Housing Advisory Committee If appointed by the City Commission to serve as Board Chair or Vice Chair are you willing to serve in this capacity? Yes Personal Qualifications I help manage the workforce development board for Palm Beach County. A great deal of my work is focused on economic and workforce development. Housing is a major issue in our community and I would like to assist the committee with their work. Professional Memberships Feel free to attach/upload an extra sheet or resume. https://form.123formbuilder.com/upload_dld.php? fileid=ebc01bc734b05807ca44bed7a27e85b8 Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 151.132.1.81 (United States) at 2024-11-19 13:40:20 on Chrome 130.0.0.0 Entry ID: 733 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214/advisory-board-appointment-application 15 Michael Corbit is Vice President of Business Development for CareerSource Palm Beach County, our regional workforce board. Through CareerSource Michael collaborates with regional businesses, government, education & industry leaders to spur job growth and economic development. He represents CareerSource on a variety of boards and committees across South Florida including Palm Beach County League of Cities, Miami Dade College Science and Biotechnology Advisory Board, Florida Makes, City of West Palm Beach Center for Arts & Technology, Business Development Board of PBC Business & Financial Services Committee, South Florida Tech Hub, Marine Industry Association of Palm Beach County, Palm Beach Transportation Planning Authority Disadvantaged Local Coordinating Board, Nova Southeastern Healthcare Advisory Board, South Florida Manufacturers Association, South Florida Business Council Tourism Embassy, City of Boynton Beach Affordable Housing Advisory Council and numerous Hospitality & Tourism Task Forces. Michael holds a BS Degree from Milligan College, TN and Executive Development Certificate from Nova Southeastern University, Davie FL 16 This Message Is From an External Sender This message came from outside your organization. From:City Clerk To:De Jesus, Maylee; Stanzione, Tammy Subject:FW: Advisory Board Appointment application Date:Tuesday, November 19, 2024 11:54:31 AM From: kc1016 <noreply@123formbuilder.com> Sent: Tuesday, November 19, 2024 11:38 AM To: City Clerk <CityClerk@bbfl.us> Subject: Advisory Board Appointment application Today's date 11/19/2024 Name kerry Clinton Phone number 561-543-0412 Address 438 SW 8TH AVE BOYNTON BEACH FL 33435 Reserved Email kc1016@ universalproperty. com Current occupation or, if retired, prior occupation Marketing Manager Education EducationZjQcmQRYFpfptBannerStart ZjQcmQRYFpfptBannerEnd Today's date 11/19/2024 Name kerry Clinton Phone number 561-543-0412 Address 438 SW 8TH AVE BOYNTON BEACH FL 33435 Reserved Email kc1016@universalproperty.com Current occupation or, if retired, prior occupation Marketing Manager Education Education Are you a registered voter?Yes Do you reside within the Boynton Beach City limits?Yes Do you own/manage a business within City limits?Yes If "yes", name of business:Universal Property And Casualty Property Are you currently serving on a City board?Yes Have you served on a City board in the past?Yes If "yes", which board(s) and when? I currently serve on the affordable housing committee my appointment needs to be reappointed 17 Have you ever been convicted of a crime?No If "yes", when and where? Advisory Board Affordable Housing Advisory Committee If appointed by the City Commission to serve as Board Chair or Vice Chair are you willing to serve in this capacity? Yes Personal Qualifications I am seeking reappointment to the board, and I believe my extensive qualifications and unwavering commitment to the affordable housing sector make me a strong candidate. With over 15 years of experience in homeowners insurance management, I have developed a deep understanding of the complexities and challenges that potential homeowners face. This experience has provided me with valuable insights into the insurance aspects of homeownership, enabling me to advocate effectively for policies that support affordable housing initiatives. Professional Memberships 1. AWE Ambassador- Providing Scholarships for young women graduating from school in Palm Beach County and going to college in Palm Beach County 2. Team Rubicon Veterans helping restore disaster-torn areas 3. Habitat for Humanity Homeowner selection committee member 4. Communication director for Boynton Beach Online Chamber Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 204.2.245.188 (Reserved) at 2024-11-19 11:37:59 on Chrome 130.0.0.0 Entry ID: 732 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214/advisory-board-appointment-application 18 This Message Is From an External Sender This message came from outside your organization. From:chris.plummer To:City Clerk Subject:Advisory Board Appointment application Date:Friday, November 22, 2024 12:53:15 AM Today's date 11/22/2024 Name Christopher Plummer Phone number 561-310-1739 Address 1600 N Federal Highway Boynton Beach Florida 33435 United States Email chris.plummer@askdevsol.com Current occupation or, if retired, prior occupation Executive Director and Housing and Community Development Consultant Education Master's in Social Administratio (Community Development) Are you a registered voter?Yes Do you reside within the Boynton Beach City limits?No Do you own/manage a business within City limits?Yes If "yes", name of business:Boynton Beach Faith Based CDC Are you currently serving on a City board?No Have you served on a City board in the past?No If "yes", which board(s) and when? Have you ever been convicted of a crime?No If "yes", when and where? Advisory Board Affordable Housing Advisory Committee If appointed by the City Commission to serve as Board Chair or Vice Chair are you willing to serve in this capacity? Yes Personal Qualifications Christopher (Chris) Plummer brings over 44 years of expertise 19 in affordable housing and community development (HCD). He spent a decade managing CDBG, HOME, ESG, and HOPWA programs for Palm Beach County and West Palm Beach, overseeing initiatives like home repair, rental housing, and new single-family home construction. Later, during his eight years with the Local Initiatives Support Corporation (LISC), Chris advanced housing and community development projects, creating affordable housing, eliminating blight, and optimizing public and private funding. He has worked in the Boynton Beach community since 1999. Citizen who is actively engaged as a not-for-profit provider of affordable housing. Professional Memberships Chris is a Certified Housing Development Professional and Economic Development Professional through the National Development Council and a HUD Certified HOME Program Specialist in Administration and Regulations. He has also taught graduate-level courses in Resource Development for Community and Social Development and Social Work Practice in Community and Social Systems at two leading Schools of Social Work in the U.S. Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 65.34.235.244 (United States) at 2024-11-22 00:53:07 on Chrome 131.0.0.0 Entry ID: 734 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214/advisory-board-appointment-application 20 City of Boynton Beach Agenda Item Request Form 6.A Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-305- Approve the Second Lease Extension Agreement between the City of Boynton Beach and Boynton Beach Community Redevelopment Agency, extending the current lease for twelve (12) additional months for the use of property located at 511 E. Ocean Avenue, Boynton Beach, FL 33435. Requested Action: Staff recommends approval of Proposed Resolution No. R24-305. Explanation of Request: On January 17, 2023, the City Commission approved Resolution No. R23-010 authorizing the Mayor to sign a new Lease Agreement between the Boynton Beach Community Redevelopment Agency and the City of Boynton Beach for property located at 511 E. Ocean Avenue. On January 16, 2024, the City Commission approved Resolution No. R24-013 authorizing the Mayor to sign the first (1st) extension Agreement between the Boynton Beach Community Redevelopment Agency and the City of Boynton Beach for property located at 511 E. Ocean Avenue. This request is for the second (2nd) extension of an additional twelve-month lease for the use of the property How will this affect city programs or services? The Recreation & Parks Department Park Rangers and Boynton Beach Police Department occupy the space for operations. Fiscal Impact: The City of Boynton Beach agrees to pay $10.00 a month to lease the property from the Boynton Beach Community Redevelopment Agency. Attachments: R24-305 Agenda_Item_2412- 2023_Resolution_for_CRA_Lease_for_511_E._Ocean_Ave.docx Exhibit A to Resolution - 2nd Lease Extension Agreement - City 511 E Ocean Ave-LLW Final.pdf R23-010.pdf R24-013.pdf 21 RESOLUTION NO. R24-3051 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING THE SECOND LEASE EXTENSION 4 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE CITY 5 OF BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY 6 EXTENDING THE LEASE FOR AN ADDITIONAL ONE YEAR PERIOD FOR 7 511 E. OCEAN AVENUE, BOYNTON BEACH, FLORIDA 33435; AND FOR 8 ALL OTHER PURPOSES. 9 10 WHEREAS, the City of Boynton Beach (“City”) and the City of Boynton Beach Community 11 Redevelopment Agency(“CRA”) entered into a Lease Agreement approved by Resolution No. R23-12 010 on January 17, 2023; and13 WHEREAS, the City and CRA entered into the First Lease Extension Agreement approved 14 by Resolution No. R24-013 on January 16, 2024; and15 WHEREAS, the parties desire to extend the Lease Agreement for a one (1)-year period 16 beginning on February 1, 2025, through January 31, 2026; and 17 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 18 best interests of the city's citizens and residents to approve the Second Lease Extension 19 Agreement between the City of Boynton Beach and the City of Boynton Beach Community 20 Redevelopment Agency extending the Lease for an additional one-year period for 511 E Ocean 21 Avenue, Boynton Beach, Florida 33435.22 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 24 BEACH, FLORIDA, THAT:25 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption.27 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 28 approve the Second Lease Extension Agreement between the City of Boynton Beach and the City 29 of Boynton Beach Community Redevelopment Agency, extending the Lease for an additional one-30 year period for 511 E Ocean Avenue, Boynton Beach, Florida 33435 (the “Agreement”), in form 31 and substance similar to that attached as Exhibit A.32 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 33 22 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 34 ancillary documents necessary to accomplish the purposes of this Resolution.35 SECTION 4.The Mayor-executed Agreement shall be forwarded to Gail Mootz to obtain 36 execution by the CRA. Gail Mootz shall be responsible for ensuring that one fully executed37 Agreement is returned to the City to be provided to the Office of the City Attorney for forwarding 38 to the City Clerk for retention as a public record.39 SECTION 5.This Resolution shall take effect in accordance with law.40 41 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.42 CITY OF BOYNTON BEACH, FLORIDA43 YES NO44 Mayor – Ty Penserga __________45 46 Vice Mayor – Aimee Kelley __________47 48 Commissioner – Angela Cruz __________49 50 Commissioner – Woodrow L. Hay __________51 52 Commissioner – Thomas Turkin __________53 54 VOTE ______55 ATTEST:56 57 ___________________________________________________________58 Maylee De Jesús, MPA, MMC Ty Penserga59 City Clerk Mayor60 61 APPROVED AS TO FORM:62 (Corporate Seal)63 64 _______________________________65 Shawna G. Lamb66 City Attorney67 23 Second Lease Extension Agreement Date: ____________________, 2024 The Boynton Beach Community Redevelopment Agency (“Landlord”) and The City of Boynton Beach (“Tenant”) agree to extend that certain lease dated January 26, 2023, as it has been amended from time to time (“Lease”) on said premises known as 511 E Ocean Avenue, Boynton Beach, FL 33435. Pursuant to paragraph 2 of the Lease Agreement and the Lease Extension Agreement, dated January 20, 2024, and for good consideration, Landlord and Tenant agree to extend said Lease for a period of one (1) year, beginning on the 1st day of February, 2025, and terminating at midnight on the 31st day of January, 2026 (“lease extension period”). To the extent inconsistent with this Second Lease Extension, Paragraph 2 is deemed amended. The Parties reserve the right, in their sole and absolute discretion, to terminate the Lease for convenience and without penalty provided each party gives no less than sixty (60) days written notice to the other. During the lease extension period, Tenant agrees to pay rent in the amount of $10.00 (Ten Dollars and 00/100) per month. Tenant, by executing below, accepts the condition of the Property in its current condition and saves, defends, and holds Landlord harmless from any and all liability, direct or indirect, resulting from Tenant’s use of the Property for the term stated herei n. This agreement shall be binding upon and shall insure the benefit of the parties, their successors, assigns, personal agents and managing members. All other terms and conditions of the Lease remain unchanged and in full force and effect. Boynton Beach Community Redevelopment Agency Landlord ____________________________________ Date ___________________ City of Boynton Beach Tenant ______________________________________ Date ___________________ 24 1 RESOLUTION NO. R23-010 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 3 APPROVING AND AUTHORIZING THE MAYOR TO SIGN THE LEASE 4 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND THE 5 BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY FOR 6 THE SPACE LOCATED AT 511 EAST OCEAN AVENUE; AND 7 PROVIDING AN EFFECTIVE DATE. 8 WHEREAS, the CRA purchased the properties located at 511, 515 & 529 East Ocean 9 Avenue on December 16, 2021 and has leased 511 E. Ocean Avenue to Harvey E. Oyer, Jr., Inc. 10 d/b/a Oyer, Macoviak and Associates; and 11 WHEREAS, the City needs temporary offices for the City's Park Rangers and has 12 reached out to CRA staff to inquire about available CRA-owned properties; and 13 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 14 recommendation of staff, deems it to be in the best interests of the City residents to approve 15 and authorize the Mayor to sign the lease agreement between the City of Boynton Beach and 16 the Boynton Beach Community Redevelopment Agency for the space located at 511 East 17 Ocean Avenue. 18 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 19 BOYNTON BEACH, FLORIDA, THAT: 20 Section 1. Each Whereas clause set forth above is true and correct and 21 incorporated herein by this reference. 22 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby 23 approve and authorize the Mayor to sign the lease agreement between the City of Boynton 24 Beach and the Boynton Beach Community Redevelopment Agency for the space located at 511 S:\CA\RESO\Agreements\Lease Agreement With CRA For 511 East Ocean-Reso.Docx 25 25 East Ocean Avenue. A copy of the Lease Agreement is attached hereto and incorporated herein 26 as Exhibit "A". 27 Section 3. That this Resolution shall become effective immediately upon passage. 28 PASSED AND ADOPTED this 17th day of January, 2023. 29 CITY OF BOYNTON BEACH, FLORIDA 30 YES NO 31 32 Mayor-Ty Penserga Ark 33 34 Vice Mayor-Angela Cruz 35 36 Commissioner-Woodrow L. Hay 37 38 Commissioner-Thomas Turkin 39 40 Commissioner-Aimee Kelley 41 42 VOTE 0 43 44 A T: 4; \ 1_ IS — hop 47 Mayl_ ': Jesus, MPA MC Ty Pen. 1 48 City C e k Mayor 49 50 APP VED AS F M: 51 (Corporate Seal) vTUIV, % 52 QpRATE.'•;"70 553 i 4 ti 'D?Michael D. Cirullo,Jr. I v \SORPORP Ep: City Attorney ito : 0 . 1% •••....••\OQ• FLOR= S:\CA\RESO\Agreements\Lease Agreement With CRA For 511 East Ocean-Reso.Docx 26 LEASE AGREEMENT THIS LEASE AGREEMENT is made and entered into this day of 2023, by and between the Boynton Beach Community Redevelopment Agency, whose address is 100 E. Ocean Avenue, 4' Floor, Boynton Beach, FL 33435, hereinafter referred to as "Landlord", and The City of Boynton Beach, whose address is 100 E. Ocean Avenue, Boynton Beach, FL 33435, hereinafter referred to as "Tenant", collectively referred to herein as the "Parties," and agree as follows: 1. Description of Leased Premises. The Landlord agrees to lease to the Tenant the office space located at 511 East Ocean Avenue, and more specifically described in Exhibit "A" attached hereto, and made a part hereof(the "Leased Premises"). 2. Term. The term of this Lease Agreement ("Lease") shall be for a period of one (1) year (the "Term"), commencing on the first (15t) day of February, 2023, and shall expire at midnight on January 31, 2024. Provided Tenant is not in default in the performance of this Lease, the parties hereto may elect to extend this Lease for an additional one (1)year term (terminating on January 31, 2025), as may be mutually agreed upon in writing and signed by the parties at the time of any such extension. The Tenant or Landlord may terminate this lease for convenience and without penalty provided each party gives no less than sixty (60) days written notice to the other. 3. Rent. The annual rent shall be payable in advance in equal monthly installments of ten and 00/100 Dollars ($10.00) per month, on the first day of each and every calendar month during the term hereof, and prorata for any fractional portion thereof. 4. Taxes. Both Landlord and Tenant are exempt from payment of Florida sales and use tax on real property rented, transient rental property rented, tangible personal property purchased or rented, or services purchased. 5. Use. The Leased Premises shall be occupied and used by Tenant exclusively as Governmental Offices, and those uses incidental thereto. Tenant shall not use or permit the Leased Premises to be used for any other purpose. 6. Assignment and Subletting. Tenant shall not assign this Lease, nor sublet the whole or any part of the Leased Premises without first obtaining the written consent of the Landlord, which shall not be unreasonably withheld. Landlord may assign this Lease to a subsequent owner of the Leased Premises upon a thirty (30) day notice to Tenant. Page 1 of 10 01,53422 3 27 7. Condition of Premises/Inspection by Lessee.The Tenant has had the opportunity to inspect the Leased Premises and acknowledges with its signature on this Lease that the Leased Premises are in good condition and comply in all respects with the requirements of this Lease. Additionally,the Tenant agrees to take possession of the Leased Premises with all current fixtures present in their "as is" condition as of the date hereof. Furthermore, the Landlord makes no representation or warranty with respect to the condition of the Leased Premises or its fitness or availability for any particular use, and the Landlord shall not be liable for any latent or patent defect therein. 8. Common Area. Landlord grants to Tenant the non-exclusive right to use, in common with all other tenants or occupants of the Real Property, the Common Area of the Real Property. The term "Common Area" shall mean all areas and improvements excluding the lobby and stairwell to the second floor, on the Real Property which are not leased or held for lease to tenants, including without limitation the parking area, aisles, sidewalks, loading areas, passageways, stairs, ramps, landscaping, and other common service areas subject to the conditions hereinafter set forth. Tenant shall maintain the Common Area in good repair at Tenant's sole cost and expense. 9. Alterations and Improvements by Tenant.Tenant shall not make any alternations or improvements to the Leased Premises without the prior written consent of Landlord, which consent Landlord may deny in Landlord's sole and absolute discretion. Furthermore, any leasehold improvements shall be made at the Tenant's expense, and in accordance with applicable federal, state or local codes, ordinances or regulations, having due regard for the type of construction of the building housing the subject leasehold Premises. 10. Liens. Tenant shall keep the Leased Premises and all parts of the Real Property free and clear of all liens and any other encumbrances at all time. In the event a lien is placed against the Leased Premises, through actions of the Tenant, Tenant will promptly pay the same or bond against the same and take steps immediately to have such lien removed. If the Tenant fails to have the lien removed, the Landlord shall take steps to remove the lien and the Tenant shall indemnify and hold the Landlord harmless for all costs and expenses, including attorney's fees, occasioned by the Landlord in having said lien removed from the property; and, such costs and expenses shall be billed to the Tenant monthly and shall be payable by the Tenant with that month's regular monthly rental as additional reimbursable expenses to the Landlord by the Tenant. 11. Utilities.Tenant shall be solely liable for utility charges for the Leased Premises as they become due, including those for water, sanitation, sewer, electricity, telephone services, and any other services used in, on or about the Leased Premises by Tenant. Page 2 of 10 01351422 5 28 12. Care and Maintenance of Leased Premises. The Tenant shall at its own expense and at all times, maintain the Leased Premise in good and safe condition, and shall surrender the same at termination hereof, in as good condition as received, normal wear and tear excepted. Further, Tenant shall be responsible for and arrange all janitorial services, pest control and lawn and other landscaping maintenance on and around the Leased Premises. 13. Damage or Destruction of Premises. If at any time during the term of this Lease, the Leased Premises or any part of the Building or Parcel shall be damaged or destroyed by fire, casualty or structural defects that the same cannot be used for Tenant's purposes, then Tenant shall have the right within ninety (90) days following damage to elect by notice to Landlord to terminate this Lease as of the date of such damage. Tenant shall be relieved from paying rent and other charges during any portion of the Lease term that the Leased Premises are inoperable or unfit for occupancy, or use, in whole or in part, for Tenant's purposes. In the event of minor damage to any part of the Leased Premises, Building or Parcel, if such damage does not render the Leased Premises unusable for Tenant's purposes, Landlord shall promptly repair such damage at the cost of the Landlord. In such case, there shall be no abatement of rent. 14. Entry and Inspection. Tenant shall permit Landlord and its agents to enter upon the Leased Premises at reasonable times and upon reasonable notice, for the purposeofp inspecting the same, and will permit Landlord at any time within sixty (60) days prior to the expiration of this Lease, to permit persons desiring to lease the same to inspect the Lease Premises. 15. Indemnification/Hold Harmless. Subject to applicable Florida law and Florida Statute §768.28, the Tenant shall hold Landlord harmless and indemnify Landlord from all injury, loss, claims, actions or damage to any person or property while on the Leased Premises and any related expense, including attorney's fees, unless caused by the willful acts or omissions or gross negligence of Landlord, its employees, agents, licensees or contractors. Tenant shall maintain, with respect to the Leased Premises, comprehensive general liability insurance with limits of not less than one million dollars for injury or death from one accident and $500,000.00 property damage insurance, insuring Landlord and Tenant against injury to persons or damage to property on or about the Leased Premises. A copy of the policy or a certificate of insurance, naming Landlord as an additional insured,shall be delivered to Landlord on or before the commencement date. 16. Parking. During the term of this Lease, Tenant shall have the non-exclusive use in common with Landlord, other tenants of the Building, their guests and invitees, of the non- reserved common automobile parking areas, driveways, and footways, such to rules and regulations for the use thereof as prescribed from time to time by Landlord. Landlord reserve the right to designate parking areas for Tenant and Tenant's agents and employees. Page 3 of 10 01353422-3 29 17. Signage. Tenant shall have the right, at its sole risk and expense and in conformity with applicable laws and ordinances, to erect, maintain, place and install exterior signage at the Leased Premises. 18. Default. In the event that: a. Tenant shall be in default in the payment of rent or other charges herein required to be paid by Tenant (default herein being defined as payment received by Landlord ten or more days subsequent to the due date); or b. Tenant has caused a lien to be filed against the Landlord's property and said lien is not removed within thirty (30) days of recordation thereof; or c.Tenant shall default in the observance or performance of any of the covenants and agreements required to be performed and observed by Tenant hereunder for a period of thirty (30) days after notice to Tenant in writing of such default (or if such default shall reasonably take more than thirty (30) days to cure, Tenant shall not have commenced the same within the thirty (30) days and diligently prosecuted the same to completion); or d. Tenant has abandoned the premises; or e. Tenant has been adjudged bankrupt. Landlord shall be then entitled to its election to exercise concurrently or successively, at Landlord's absolute discretion, any one or more of the following rights: Terminate this Lease by giving Tenant notice of termination, in which event this Lease shall expire and terminate on the date specified in such notice of termination, with the same force and effect as though the date so specified were the date herein originally fixed as the termination date of the term of this Lease, and all rights of Tenant under this Lease and in and to the Premises shall expire and terminate, and Tenant shall remain liable for all obligations under this Lease arising up to the date of such termination, and Tenant shall surrender the Premises to Landlord on the date specified in such notice; or ii. Terminate this Lease as provided herein and recover from Tenant all damages Landlord may incur by reason of Tenant's default, including, without limitation, a sum which, at the date of such termination, represents the then value of the excess, if any, of (a) the Rent and all other sums which would have been payable hereunder by Tenant for the period commencing with the day following the date of such termination and ending with the date herein before set for the expiration of the full term hereby granted, over (b) the aggregate reasonable rental value of the Premises for the same period, all of which excess sum shall be deemed immediately due and payable; or Page 4 of 10 0135347?-3 30 iii. Without terminating this Lease, declare immediately due and payable all Rent and other amounts due and coming due under this Lease for the entire remaining term hereof, together with all other amounts previously due, at once; provided, however, that such payment shall not be deemed a penalty or liquidated damages but shall merely constitute payment in advance of rent for the remainder of said term. Upon making such payment, Tenant shall be entitled to receive from Landlord all rents received by Landlord from other assignees, tenants, and subtenants on account of said Premises during the term of this Lease, provided that the monies to which tenant shall so become entitled shall in no event exceed the entire amount actually paid by Tenant to Landlord pursuant to the preceding sentence less all costs, expenses and attorney's fees of Landlord incurred in connection with the reletting of the Premises; or iv. Without terminating this Lease, and with or without notice to Tenant, Landlord may in its own name but as agent for Tenant enter into and upon and take possession of the Premises or any part thereof, and, at landlord's option, remove persons and property therefrom, and such property, if any, may be removed and stored in a warehouse or elsewhere at the cost of, and for the account of Tenant, all without being deemed guilty of trespass or becoming liable for any loss or damage which may be occasioned thereby, and Landlord may rent the Premises or any portion thereof as the agent of Tenant with or without advertisement, and by private negotiations and for any term upon such terms and conditions as Landlord may deem necessary or desirable in order to relet the Premises. Landlord shall in no way be responsible or liable for any rental concessions or any failure to rent the Premises or any part thereof,or for any failure to collect any rent due upon such reletting. Upon such reletting, all rentals received by Landlord from such reletting shall be applied: first, to the payment of any indebtedness (other than any rent due hereunder)from Tenant to Landlord; second, to the payment of any costs and expenses of such reletting, including, without limitation, brokerage fees and attorney's fees and costs of alterations and repairs; third, to the payment of rent and other charges then due and unpaid hereunder; and the residue, if any shall be held by Landlord to the extent of and for application in payment of future rent as the same may become due and payable hereunder. In reletting the Premises as aforesaid, Landlord may grant rent concessions and Tenant shall not be credited therefore. If such rentals received from such reletting shall at any time or from time to time be less than sufficient to pay to Landlord the entire sums then due from Tenant hereunder, Tenant shall pay any such deficiency to Landlord. Such deficiency shall, at Landlord's option, be calculated and paid monthly. No such reletting shall be construed as an election by Landlord to terminate this Lease unless a written notice of such election has been given to Tenant by Landlord. Notwithstanding any such reletting without termination, Landlord may at any time thereafter elect to terminate this Lease for any such previous default provided same has not been cured; or v.Without liability to Tenant or any other party and without constituting a constructive or actual eviction, suspend or discontinue furnishing or rendering to Tenant any property, material, labor, utilities or other service, whether Landlord is obligated to furnish or render the same, so long as Tenant is in default under this Lease; or Page 5 of 10 01353422-3 31 vi. Allow the Premises to remain unoccupied and collect rent from Tenant as it comes due; or viii. Pursue such other remedies as are available at law or equity. Landlord's pursuit of any remedy of remedies, including without limitation, any one or more of the remedies stated herein shall not (1) constitute an election of remedies or preclude pursuit of any other remedy or remedies provided in this Lease or any other remedy or remedies provided by law or in equity, separately or concurrently or in any combination, or (2) serve as the basis for any claim of constructive eviction, or allow Tenant to withhold any payments under this Lease. 19. Quiet Enjoyment. Landlord covenants and agrees that upon Tenant paying the rent and observing and performing all of the terms, covenants and conditions on Tenant's part to be observed and performed hereunder, that Tenant may peaceably and quietly have, hold, occupy and enjoy the Leased Premises in accordance with the terms of this Lease without hindrance or molestation from Landlord or any persons lawfully claiming through Landlord. 20. Holding Over. In the event that Tenant or anyone claiming under Tenant shall continue occupancy of the Leased Premises after the expiration of the term of this Lease or any renewal or extension thereof without any agreement in writing between Landlord and Tenant with respect thereto, such occupancy shall not be deemed to extend or renew the term of the Lease, but such occupancy shall continue as a tenancy at will, from month to month, upon the covenants, provisions and conditions herein contained. The rental shall be the rental in effect during the term of this Lease as extended or renewed, prorated and payable for the period of such occupancy. 21. Waiver. Failure of either party to complain of any act or omission on the part of the other party, no matter how long the same may continue, shall not be deemed to be a waiver by said party of any of its rights hereunder. No waiver by either party at any time, express or implied, of any breach of any provision of this Lease shall be deemed a waiver of a breach of any other provision of this Lease or a consent to any subsequent breach of the same or any other provision. 22. Attorney's Fees. If suit should be brought for recovery of the Leased Premises, or for any sum due hereunder, or because of any act which may arise out of the possession of the Leased Premises, by either party, the prevailing party shall be entitled to all costs incurred in connection with such action, including reasonable attorney's fees. 23. Notices. Wherever in this lease it is required or permitted that notice or demand be given or served by either party on the other, such notice or demand shall be deemed given when written and hand delivered, or deposited in the United States Mail, certified, return receipt requested, postage prepaid, addressed as follows: Page 6 of 10 013534223 32 If to Landlord: Boynton Beach Community Redevelopment Agency Thuy Shutt, Executive Director 100 E. Ocean Avenue, 4th Floor Boynton Beach, FL 33435 With a copy to: Tara Duhy, Esquire Lewis, Longman & Walker, P.A. 360 South Rosemary Avenue, Suite 1100 West Palm Beach, Florida 33401 If to Tenant: City of Boynton Beach Daniel Dugger, City Manager 100 E. Ocean Avenue Boynton Beach, Florida 33435 With a copy to: Mike Cirullo Goren, Cherof, Doody& Ezrol, P.A. 3099 East Commercial Boulevard, Suite 200 Ft. Lauderdale, Florida 33308 24. Severability. If any term or provision of this Lease or the application hereof to any person or circumstance shall, to any extent, be held invalid or unenforceable, the remainder of this Lease, or the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected thereby, and each term and provision of this Lease shall be valid and be enforced to the fullest extent permitted by law. 25. Brokerage. The parties represent that no party has acted as, by or through a broker in the effectuation of this Lease. 26. Time of Essence.Time is of the essence in the performance of this Lease. 27. Entire Agreement. This instrument contains the entire and only agreement between the parties, and no oral statements or representations or prior written matter not contained in this instrument shall have any force and effect. This Lease shall not be modified in any way except by a writing executed by both parties. 28. Subordination. This Lease is subject and subordinate to all mortgages and deeds of trust which may now or hereafter encumber the Property, Building, or any appurtenances thereto, or any leases, renewals or modifications related thereto. This clause shall be self- operative and no further instruments of subordination shall be required in order for this clause to be effective. Page 7 of 10 01353,122 3 33 29. Amendment. No Amendment of this Lease shall be effective unless reduce to writing and subscribed by the parties with all the formality of the original. 30. Compliance with Law. Tenant shall comply with all laws, orders, ordinances and other public requirements now or hereafter pertaining to Tenant's use of the Leased Premises. Landlord shall comply with all laws, orders, ordinances and other public requirements now or hereafter affecting the Leased Premises. 31. Governing Law. All matters pertaining to this Lease (including its interpretation, application, validity, performance and breach) in whatever jurisdiction action may be brought, shall be governed by, construed and enforced in accordance with the laws of the State of Florida. The parties herein waive trial by jury and agree to submit to the personal jurisdiction and venue of a court of subject matter jurisdiction located in Palm Beach County, State of Florida. In the event that litigation results from or arises out of this Lease or the performance thereof, the parties agree to reimburse the prevailing party's reasonable attorney's fees, court costs, and all other expenses, whether or not taxable by the court as costs, in addition to any other relief to which the prevailing party may be entitled. THE REMAINDER OF THIS PAGE IS LEFT BLANK INTENTIONALLY] Page 8 of 10 013534223 34 35 EXHIBIT "A" LEGAL DESCRIPTION 511 East Ocean Avenue Boynton Beach, FL 33435 Parcel Identification Number: 08-43-45-28-03-006-0100 Lot 10, Less the South 8 feet thereof, and the West 7 feet 8 inches of Lot 11, Less the South 8 feet thereof, Block 6, Boynton, according to the plat thereof, as recorded in Plat Book 1, Page 23, of the Public Records of Palm Beach County, Florida. Page 10 of 10 01353422-3 36 1 RESOLUTION NO. R24-013 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 3 APPROVING AND AUTHORIZING THE MAYOR TO SIGN THE LEASE 4 EXTENSION AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH 5 AND BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY 6 EXTENDING THE CURRENT LEASE FOR TWELVE (12) ADDITIONAL 7 MONTHS FOR USE OF PROPERTY LOCATED AT 511 E. OCEAN 8 AVENUE, BOYNTON BEACH, FL 33435; AND PROVIDING AN 9 EFFECTIVE DATE. 10 WHEREAS, on January 17, 2023, the City Commission approved resolution R23-010 11 authorizing the Mayor to sign a new Lease Agreement between the Boynton Beach Community 12 Redevelopment Agency and the City of Boynton Beach for property located at 511 E. Ocean 13 Avenue; and 14 WHEREAS, this request is for an extension of an additional twelve-month lease for the 15 use of the property; and 16 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 17 recommendation of staff, deems it to be in the best interests of the City residents to approve 18 and authorize the Mayor to sign the Lease Extension Agreement between the City of Boynton 19 Beach and Boynton Beach Community Redevelopment Agency extending the current lease for 20 twelve (12) additional months for use of property located at 511 E. Ocean Avenue, Boynton 21 Beach, FL 33435. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 23 BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. Each Whereas clause set forth above is true and correct and 25 incorporated herein by this reference. S:\CC\WP\CCAGENDA\2024\01-16-2024 CC\R24-013 Lease_Extension_Agreement_With_CRA_For 51 I_East_Ocean__Reso.Docx 37 26 Section 2. The City Commission of the City of Boynton Beach, Florida, does hereby 27 approve and authorize the Mayor to sign the Lease Extension Agreement between the City of 28 Boynton Beach and Boynton Beach Community Redevelopment Agency extending the current 29 lease for twelve (12) additional months for use of property located at 511 E. Ocean Avenue, 30 Boynton Beach, FL 33435. A copy of the Lease Extension Agreement is attached hereto and 31 incorporated herein as Exhibit "A." 32 Section 3. That this Resolution shall become effective immediately upon passage. 33 PASSED AND ADOPTED this 16th day of January 2024. 34 CITY OF BOYNTON BEACH, FLORIDA 35 YES NO 36 37 Mayor—Ty Penserga 38 39 Vice Mayor—Thomas Turkin 40 41 Commissioner—Angela Cruz 42 43 Commissioner—Woodrow L. Hay 44 45 Commissioner—Aimee Kelley 1' 46 47 VOTE 48 49 ATTEST: 5 511 GviwY1e fl.vi 1py Q 52 Tammy Stan one, CM Ty ' a 53 Deputy City Clerk w(' ,s,‘ Ma . 54 OF BSL , 55 e or. 14 o sZai, A•PROVED AS TO FORM: 56 (Corporate Seal) S m• , Ada 58 i O, p:• O Fp• 0000•.•); Shawna G. Lamb 59 City Attorney S:\CC\WP\CCAGENDA\2024\0I-16-2024 CC\R24-0I3 Lease_Extension_Agreement_With_CRA_For 51 I_East_Ocean__Reso.Docx 38 Lease Extension Agreement December 2023 The Boynton Beach Community Redevelopment Agency ("Landlord") and The City of Boynton Beach ("Tenant") agree to extend that certain lease dated January 26, 2023 ("Lease") on said premises known as 511 E Ocean Avenue, Boynton Beach, FL 33435. Pursuant to paragraph 2 of the Lease and for good consideration, Landlord and Tenant agree to extend said Lease for a period of one (1) year, beginning on the 1st day of February, 2024, and terminating at midnight on the 315t day of January, 2025 ("lease extension period"). The Parties reserve the right, in their sole and absolute discretion, to terminate the Lease for convenience and without penalty provided each party gives no less than sixty (60) days written notice to the other. During the lease extension period,Tenant agrees to pay rent in the amount of$10.00(Ten Dollars and 00/100) per month. Tenant, by executing below, accepts the condition of the Property in its current condition and saves, defends, and holds Landlord harmless from any and all liability, direct or indirect, resulting from Tenant's use of the Property for the term stated herein. This agreement shall be binding upon and shall insure the benefit of the parties, their successors, assigns, personal agents and managing members. All other terms and conditions of the Lease remain unchanged and in full force and effect. Boynton Beach Community Redevelopment Agency Landlord Date /2 /2 City of Boynton Beach 111111rA ZTenantDate /2-1/7-') AzrASiUF City Attorney 39 City of Boynton Beach Agenda Item Request Form 6.B Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-306- Approve the renewal of insurance policy for flood insurance coverage with Wright Flood for the policy with an effective dates of December 9, 2024. Requested Action: Staff recommends approval of Proposed Resolution No. R24-306. Explanation of Request: This will renew insurance coverage with Wright Flood Insurance at 2010 N. Federal Hwy. City staff recommends a renewal policy that increases the City's Building limits to allow room for minor changes and upgrades during the policy year. How will this affect city programs or services? Wright Flood is the current insurance carrier the City elected for Flood coverage. Approval of this item will allow the City to continue coverage for another policy year. Fiscal Impact: Total cost: $1,399 Attachments: R24-306 Agenda_Item_2435-2023_Resolution_for_Wright_Flood_Insurance.docx Exhibit A to Resolution - 2024-12-09 - Boynton Beach - Flood - Renewal Evaluation.pdf 2024-12-09- Boynton Beach - Wright Flood -Boat Ramp Park 40 RESOLUTION NO. R24-3061 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING THE RENEWAL OF INSURANCE POLICY4 FOR FLOOD INSURANCE COVERAGE WITH WRIGHT FLOOD FOR 5 COVERAGE AT THE BOAT RAMP PARK COMFORT STATION; AND FOR 6 ALL OTHER PURPOSES. 7 8 WHEREAS, Wright Flood is the City's insurance provider for Flood insurance; and 9 WHEREAS, City staff recommends renewal of the policy with increases to the City's 10 Building limits to allow room for minor changes and upgrades during the policy year; and11 WHEREAS, the Risk Division requests to renew the insurance coverage with Wright Flood 12 for the Boat Ramp Park Comfort Station location; and13 WHEREAS, upon the recommendation of staff, the City Commission has deemed it in the 14 best interests of the city's citizens and residents to approve the renewal of Flood insurance 15 coverage with Wright Flood for coverage at the Boat Ramp Park Comfort Station.16 17 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 18 BEACH, FLORIDA, THAT:19 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 20 being true and correct and are hereby made a specific part of this Resolution upon adoption.21 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 22 approve the renewal of Flood insurance coverage with Wright Flood for coverage at the Boat 23 Ramp Park Comfort Station, as further described in Exhibit A, attached hereto.24 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 25 authorizes the Mayor to execute any ancillary documents as may be necessary to accomplish the 26 purpose of this Resolution.27 SECTION 4.This Resolution shall take effect in accordance with law.28 [signatures on the following page]29 30 41 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.31 CITY OF BOYNTON BEACH, FLORIDA32 YES NO33 Mayor – Ty Penserga __________34 35 Vice Mayor – Aimee Kelley __________36 37 Commissioner – Angela Cruz __________38 39 Commissioner – Woodrow L. Hay __________40 41 Commissioner – Thomas Turkin __________42 43 VOTE ______44 ATTEST:45 46 ___________________________________________________________47 Maylee De Jesús, MPA, MMC Ty Penserga48 City Clerk Mayor49 50 APPROVED AS TO FORM:51 (Corporate Seal)52 53 _______________________________54 Shawna G. Lamb55 City Attorney56 42 City of Boynton Beach Flood Policies Fall Policies - Renewal Evaluation Summary FY 2025 PY 2024-2025 Building Name Address Eff Date Policy #Insurance Carrier Deductible Building Limit Content Limit Current Premium Deductible Building Limit Content Limit Renewal Premium Boat Ramp Park - Comfort Station 2010 N Federal Hwy 12/9/2024 091151020754 Wright $1,250 $149,000 $0 $1,196 $1,250 $164,000 $0 $1,399 Total Annual Premium $1,196 $1,399 $ Increase / Decrease N/A $203 % Increase / Decrease N/A 17.0% Option ACurrent 43 Make Payment Make Changes Copy to New Quote Policy Holder: CITY OF BOYNTON BEACH Product: Flood Regular Policies Policy Period: 12/09/2024 - 12/09/2025 Company: Wright National Flood Insurance Company Address: PO Box 33003 St. Petersburg, FL 33733 Agent: 48943 - THE GEHRING GROUP INC Policy Number: 09115102075411 Related Policies:Related Policies Select One Policy Status: Renewal Quote Client Id:3576954 Coverage Summary Type Amount Deductible ICC $30,000.00 $0.00 BLDG $149,000.00 $1,250.00 Inforce Premium $899.00 Written Premium $899.00 Total Fees $459.00 Total Paid $0.00 Returned $0.00 Waived $0.00 Policy Total $1358.00 Balance Due $1358.00 Make Payment Policy Summary Insured Information Property / Garaging Address CITY OF BOYNTON BEACH PO BOX 310 BOYNTON BEACH, FL 33425-0310 2010 N FEDERAL HWY BOAT RAMP PARK COMFORT STATION BOYNTON BEACH, FL 33435-2834 Effective - Expiration Date Term Payor Premium Due Date 12/09/2024 - 12/09/2025 12 Months Insured 01/07/2025 Premium Detail - Click to Expand Payment History No records found. Policy Number / Name 44 Renewal Options OPTIONS AMOUNT OF COVERAGE PREMIUM DUE Option A: Pay this amount to renew your policy with the same coverage amounts as your current policy (as shown in the next box). Building $149,000 Contents $0 One- Year Policy $1358.00 Option B: Pay this amount to renew your policy with increased coverage amounts (as shown in the next box) due to increased property values. Building $164,000 Contents $0 One-Year Policy $1399.00 Coverage Information No records found. Lender Name/Address Lender Details No Lenders Found Forms & Endorsements No records found. Forms History Form Description Posting Date Print Date RR2.0 Renewal Notice 09/23/2024 09/24/2024 Policy History Transaction Trans. Eff. Date Trans. Amount Posting Date Accounting Date Form 12/09/2024 1358.00 10/14/2024 00/00/0000 Refund History No records found. Rating Information 45 Policy Fields Program Type Regular Community BOYNTON BEACH, CITY OF Flood Zone AE Occupancy Non-Residential Building Date of Construction 01/01/1985 Post Firm Building Type One Story Basement / Enclosure N Detached Structures 1 # of Elevators 0 Elevation Certificate None Elevation Certificate Date 09/30/1997 Diagram Number 1 Lowest Floor Elevation 0.0 Replacement Cost $500,000.00 Direct Bill Method Insured Residence Type 50% or Less Rates Policy Rated As Full Risk Rated Basic Building Rate 0.000 Additional Building Rate 0.000 Basic Contents Rate 0.000 Additional Contents Rate 0.000 CRS Credit Percentage 25% Deductible Discount Percentage 0% Copyright © 2024 Wright National Flood Insurance Company. All Rights Reserved. Questions or Comments? Click the Contact Us link above.Click here to register 46 City of Boynton Beach Agenda Item Request Form 6.C Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-307- Authorize the Mayor to complete the America Is All In All-of-Society Letter sign on statement form to reaffirm commitment to climate action and resilience. Requested Action: Staff recommends approval of Proposed Resolution No. R24-307. Explanation of Request: The City of Boynton Beach has long exhibited leadership on climate and sustainability, having been at the forefront of adopting the Southeast Florida Regional Climate Change Compact (the Compact)'s initial Regional Climate Action Plan (RCAP), development of a citywide Climate Action Plan and Greenhouse Gas Emissions Inventory, establishment of green programs, and creation of a sustainability program that reaches into several different aspects of the City. The City also adopted the Southeast Florida Regional Climate Change Compact's Climate Action Pledge in 2023, affirming the commitment to advancing strategic climate adaptation and mitigation efforts. America Is All In is the largest coalition of climate-focused leaders in the U.S., representing nearly two-thirds of the population and about three-quarters of the country's GDP. Their goal is to help government and society collaborate to accelerate climate progress to achieve transformational change and create a healthy, prosperous, and sustainable future for all. The goals of this organization align with the efforts that the City has made towards climate resilience and sustainability. The intention of signing this statement as a City is to build a shared platform and deliver a common message on climate and clean energy leadership from the U.S. states and territories, tribal nations, cities and counties, faith groups, labor groups, businesses, institutions of finance, education, health, and culture. The goals and principles of this statement will be used for advocacy around these and other legislative and executive proposals, which could include future funding opportunities for resilience projects. The all-of-society letter sign on form is found here: https://www.americaisallin.com/letter2024#statement. How will this affect city programs or services? Signing this statement will elevate the City's ongoing commitment to climate mitigation and adaptation. Acknowledging support of this initiative could lead to broader recognition in the future for the City's innovative approaches to sustainability and resiliency. Signing this statement will also strengthen partnerships with local governments and partner networks such as ICLEI - Local Governments for Sustainability to 47 achieve adaptation and mitigation objectives. Fiscal Impact: There is no cost to complete the America is All In all-of-society letter sign on form. Related activities will be funded through the City's normal operating budget. Attachments: R24-307 Agenda_Item_2440-2023_Resolution_for__America_Is_All_In_All-of- Society_Letter.docx 48 RESOLUTION NO. R24-3071 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, AUTHORIZING THE MAYOR TO COMPLETE THE 4 AMERICA IS ALL IN ALL-OF-SOCIETY LETTER AND APPROVING THE5 STATEMENT FORM TO REAFFIRM COMMITMENT TO CLIMATE 6 ACTION AND RESILIENCE; AND FOR ALL OTHER PURPOSES. 7 8 WHEREAS, the City of Boynton Beach has long exhibited leadership on climate and 9 sustainability, having been at the forefront of adopting the Southeast Florida Regional Climate 10 Change Compact (the Compact)'s initial Regional Climate Action Plan (RCAP), development of a 11 citywide Climate Action Plan and Greenhouse Gas Emissions Inventory, establishment of green 12 programs, and creation of a sustainability program that reaches into several different aspects of 13 the City. The City also adopted the Southeast Florida Regional Climate Change Compact's Climate 14 Action Pledge in 2023, affirming the commitment to advancing strategic climate adaptation and 15 mitigation efforts; and16 WHEREAS, America Is All In is the largest coalition of climate-focused leaders in the U.S., 17 representing nearly two-thirds of the population and about three-quarters of the country's GDP. 18 Their goal is to help government and society collaborate to accelerate climate progress to achieve 19 transformational change and create a healthy, prosperous, and sustainable future for all. The goals 20 of this organization align with the efforts that the City has made towards climate resilience and 21 sustainability; and22 WHEREAS, the intention of signing the statement as a City is to build a shared platform 23 and deliver a common message on climate and clean energy leadership from the U.S. states and 24 territories, tribal nations, cities and counties, faith groups, labor groups, businesses, institutions of 25 finance, education, health, and culture. The goals and principles of the statement will be used for 26 advocacy around these and other legislative and executive proposals, which could include future 27 funding opportunities for resilience projects; and28 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 29 best interests of the city's citizens and residents to authorize the Mayor to complete the America 30 Is All In All-of-Society Letter and approve the statement form to reaffirm commitment to climate 31 action and resilience.32 49 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 33 BEACH, FLORIDA, THAT:34 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 35 being true and correct and are hereby made a specific part of this Resolution upon adoption.36 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 37 authorize the Mayor to complete the America Is All In All-of-Society Letter and approve the 38 statement form to reaffirm commitment to climate action and resilience.39 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 40 authorizes the Mayor to execute any ancillary documents necessary to accomplish the purposes 41 of this Resolution.42 SECTION 4.This Resolution shall take effect in accordance with law.43 44 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.45 CITY OF BOYNTON BEACH, FLORIDA46 YES NO47 Mayor – Ty Penserga __________48 49 Vice Mayor – Aimee Kelley __________50 51 Commissioner – Angela Cruz __________52 53 Commissioner – Woodrow L. Hay __________54 55 Commissioner – Thomas Turkin __________56 57 VOTE ______58 ATTEST:59 60 ___________________________________________________________61 Maylee De Jesús, MPA, MMC Ty Penserga62 City Clerk Mayor63 64 APPROVED AS TO FORM:65 (Corporate Seal)66 _______________________________67 Shawna G. Lamb68 City Attorney69 50 City of Boynton Beach Agenda Item Request Form 6.D Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-308- Approve Boynton Beach Fire Rescue to donate vehicle number 8706, 2007 Wells Cargo Trailer valued at $3,000 to Boynton Beach Fire Firefighters Benevolent Association. Requested Action: Staff recommends approval of Proposed Resolution No. R24-308. Explanation of Request: Approve donation of Vehicle 8706, 2007 Wells Cargo Trailer valued at $3,000.00, owned by the City's Fire Rescue Department to Boynton Beach Firefighters Benevolent Association. This donation is intended to support their continued work in providing essential services to the community. The City's Fire Department no longer needs the vehicle. Although used, the trailer remains in good working condition and would serve as a valuable resource in fulfilling their transportation and storage needs safely. By donating the trailer, the City's Fire Department seeks to align with its core values of community support and resource sharing. How will this affect city programs or services? This donation will support the continued work in providing essential services to the community. Fiscal Impact: There is no fiscal impact to the budget for this item. Attachments: R24-308 Agenda_Item_2353-2023_Resolution_for_Fire_Trailer_Donation.docx Benevolent Request - Copy.docx 51 RESOLUTION NO. R24-3081 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, AUTHORIZING THE CITY’S FIRE RESCUE 4 DEPARTMENT TO DONATE VEHICLE NUMBER 8706, A 2007 WELLS 5 CARGO TRAILER VALUED AT $3,000, TO THE BOYNTON BEACH FIRE 6 FIREFIGHTERS BENEVOLENT ASSOCIATION; AND FOR ALL OTHER 7 PURPOSES. 8 9 WHEREAS, the Boynton Beach Fire Rescue Department desires to donate Vehicle 8706, a10 2007 Wells Cargo Trailer valued at $3,000.00, to the Boynton Beach Firefighters Benevolent 11 Association, a Florida not-for-profit corporation. This donation is intended to support their 12 continued work in providing essential services to the community; and13 WHEREAS, the trailer is no longer needed for the Fire Rescue Department’s purposes. 14 Although used, the trailer remains in good working condition and would serve as a valuable 15 resource in safely fulfilling their transportation and storage needs. By donating the trailer, our 16 organization seeks to align with our core values of community support, resource sharing; and17 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 18 best interests of the city's citizens and residents to authorize the Boynton Beach Fire Rescue to 19 donate vehicle number 8706, a 2007 Wells Cargo Trailer valued at $3,000, to the Boynton Beach 20 Firefighters Benevolent Association.21 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 23 BEACH, FLORIDA, THAT:24 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption.26 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 27 find that vehicle number 8706 is no longer needed for City purposes and authorizes the Boynton 28 Beach Fire Rescue Department to donate vehicle number 8706, a 2007 Wells Cargo Trailer valued 29 at $3,000, to the Boynton Beach Firefighters Benevolent Association.30 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 31 authorizes the Mayor to execute any documents required or necessary to accomplish the purposes 32 52 of this Resolution.33 SECTION 4.This Resolution shall take effect in accordance with law.34 35 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.36 CITY OF BOYNTON BEACH, FLORIDA37 YES NO38 Mayor – Ty Penserga __________39 40 Vice Mayor – Aimee Kelley __________41 42 Commissioner – Angela Cruz __________43 44 Commissioner – Woodrow L. Hay __________45 46 Commissioner – Thomas Turkin __________47 48 VOTE ______49 ATTEST:50 51 ___________________________________________________________52 Maylee De Jesús, MPA, MMC Ty Penserga53 City Clerk Mayor54 55 APPROVED AS TO FORM:56 (Corporate Seal)57 58 _______________________________59 Shawna G. Lamb60 City Attorney61 53 Dear Chief Bruder, I am wri?ng to request the dona?on of the old TRT/SPOPS trailer to our benevolent department. The noncommissioned TRT trailer could significantly enhance our department's outreach capabili?es. With its versa?le design and ample storage space, the trailer would enable us to transport essen?al supplies, organize our events and help with the overall flow of the BBFRD Benevolent Associa?on. We understand that dona?ng the old TRT trailer is a significant decision. The generous dona?on of the trailer would contribute to the overall success of our events which in turn helps our brotherhood/sisterhood here at BBFRD. We would be grateful for the opportunity to discuss this ma?er further if needed. Thank you for your a?en?on to this request. Warm regards, Your President Monica Durango 54 City of Boynton Beach Agenda Item Request Form 6.E Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-309- Approve a change order/increase for PO 241274 - 2GHO, Inc., Landscape Architects, in the amount of $25,404 for a new total amount of $60,214, due to Additional Professional Landscape Architectural and Engineering Services for the Sara Sims Memorial Park Expansion project. Requested Action: Staff recommends approval of Proposed Resolution No. R24-309. Explanation of Request: During FY2024, the Public Works Department requested a PO for 2GHO, Inc., Landscape Architects, for consulting and design services, including Professional Planning, Landscape Architectural and Engineering Services for the Sara Sims Memorial Park Expansion and Restoration project, for an amount of $34,810. As to the date, additional professional services are required to complete the design, and a Change Order is requested to increase PO 241274 and cover the cost for a new total amount of $60,214. How will this affect city programs or services? The City of Boynton Beach is in need of adding more Burial Plots and Sara Sims has space for it. This project will address and cover this need. Fiscal Impact: This is a budgeted item. Attachments: R24-309 Agenda_Item_2455-2023_Resolution_for_2GHO_Inc_additional_services (1).docx Proposal - Sara Sims Memorial Park PO 241274 Proposal - Additional Services - Sara Sims Memorial Park CO - PO 241274 Sara Sims Memorial Cemetery - -Statement of probable construct costs-11-26-24.docx 55 RESOLUTION NO. R24-3091 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING ADDITIONAL ARCHITECTURAL AND 4 ENGINEERING SERVICES FOR THE SARA SIMS MEMORIAL PARK 5 EXPANSION AND RESTORATION PROJECT AND AN INCREASE TO 6 PURCHASE ORDER NO. 241274 WITH 2GHO INC. LANDSCAPE 7 ARCHITECTS IN THE AMOUNT OF $25,404, INCREASING THE TOTAL 8 NOT TO EXCEED AMOUNT TO $60,214; AND FOR ALL OTHER 9 PURPOSES. 10 11 WHEREAS, on April 30, 2024, the City issued Purchase Order No. 241274 for 2GHO, Inc.,12 Landscape Architects, for consulting and design services, including Professional Planning, 13 Landscape Architectural and Engineering Services for the Sara Sims Memorial Park Expansion and 14 Restoration project, for an amount of $34,810; and 15 WHEREAS, additional professional services are required to complete the design, and a 16 Change Order to the Purchase Order is requested to increase Purchase Order No. 241274 for an 17 additional $25,404, increasing the total not to exceed amount to $64,214, for the additional 18 services; and 19 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 20 best interests of the city's citizens and residents to approve additional architectural and 21 engineering services for the Sara Sims Memorial Park Expansion and Restoration project and an 22 increase to Purchase Order No. 241274 with 2GHO, Inc., Landscape Architects in the amount of 23 $25,404, increasing the total not to exceed amount to $60,214. 24 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 26 BEACH, FLORIDA, THAT:27 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 28 being true and correct and are hereby made a specific part of this Resolution upon adoption.29 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 30 approve additional architectural and engineering services for the Sara Sims Memorial Park 31 Expansion and Restoration project and an increase to Purchase Order No. 241274 with 2GHO, Inc.,32 Landscape Architects in the amount of $25,404, increasing the total not to exceed amount to 33 56 $60,214 as further detailed Exhibit A.34 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 35 authorizes the Mayor to execute any document as necessary to accomplish the purpose of this 36 Resolution.37 SECTION 4.This Resolution shall take effect in accordance with law.38 39 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.40 CITY OF BOYNTON BEACH, FLORIDA41 YES NO42 Mayor – Ty Penserga __________43 44 Vice Mayor – Aimee Kelley __________45 46 Commissioner – Angela Cruz __________47 48 Commissioner – Woodrow L. Hay __________49 50 Commissioner – Thomas Turkin __________51 52 VOTE ______53 ATTEST:54 55 ___________________________________________________________56 Maylee De Jesús, MPA, MMC Ty Penserga57 City Clerk Mayor58 59 APPROVED AS TO FORM:60 (Corporate Seal)61 62 _______________________________63 Shawna G. Lamb64 City Attorney65 57 April 30, 2024 Kevin Ramsey, Director of Construction Services 100 E Ocean Ave Boynton Beach, FL 33425 RamseyK@bbfl.us 561 742 6986 RE: Contract for Professional Planning, Landscape Architectural and Engineering Services for the Sara Sims Memorial Garden Expansion and Restoration in Boynton Beach, Florida. Job No. 23-1206 Dear Mr. Ramsey: Thank you for contacting us to assist you on this project. Pursuant to your request, we are pleased to provide you with this contract for professional services for the above referenced project. We understand you desire our office to assist you in preparation of design services for the property described above as described in the City’s Scoping Document Exhibit D. 1. Agreement for Services: The Consultant agrees to provide design and planning services to the Client as more fully described in the Scope of Work, and the Client agrees to compensate the Consultant for those services under the terms of th e original Agreement. Consultant Team: Prime: 2GHO Site Planning/circulation Landscape Architecture Irrigation Survey City Directed If needed as additional services, the following consultants can be engaged: Civil Design Civil Engineering Pinder Troutman Traffic Engineering Levinson Electrical Engineering Tierra South Florida - Geotechnical Consultant: 2GHO, Inc. Landscape Architects Planners Environmental Consultants, a Florida corporation 58 Sara Sims Memorial Garden Expansion #23-1206 April 30, 2024 Page 2 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion v.4.doc EXHIBIT A Scope of Work: The Parties agree that the Scope of Work that the Consultant shall do for the Client shall be defined as follows: TASK 1: CONCEPT DESIGN: The Consultant shall prepare a concept design(s) for consideration of the Client. The concept design(s) shall include drawings delineating the site plan, vehicular and pedestrian circulation, security and fencing, parking, gathering spaces and elements along with general planting areas. Opportunities and constraints will be reviewed as concerns site drainage and the urban fruit garden relocation. The two memorial markers in the northeast portion of the site will be relocated to the northeast corner around a proposed public plaza which will not be part of the enclosed cemetery. The intent is to maximize burial lots. The Client will set and approve the direction for the project moving forward after review of the concept designs. DELIVERABLES: Concepts – sketches Approved 30% Concept Plan -Site and Landscape Concepts -Conceptual Drainage Plan Two Meetings with Client SCHEDULE: 6 weeks from signed contract and digital copy of survey TASK 2: CONSTRUCTION DOCUMENTATION: The Consultant Team shall prepare construction documents based upon the Client approved Concept Design. The design will include but not be limited to vehicular and pedestrian circulation path layout along with material options, cemetery expansion lot layout, gathering areas (if deemed applicable) and other hardscape applications, landscape plans, tree disposition plan, access and entry plans, security and fencing, and mobile committal service shelter storage as defined in the Scoping Document Exhibit. Probable cost estimates will be developed for the different submittal stages. The Consultant Team shall prepare construction level layout plans, elevations and details suitable for permitting and building of the project. These documents include Site Layout and Site Details, Paving and Drainage Plans, Landscape Plans, Landscape Irrigation Plans, Tree Determination Plans which will be signed and sealed for permit submissions as required. Elements to include: new plaza in northeast corner for relocated memorials, entry ways into the cemetery, stabilized pathways (most likely grassed), parking space delineation on existing paving, location of fencing, style of fencing, location of site furniture, and any other gathering spaces for both options of the expansion (with and without the additional lot on the north side. The following construction level plans will be provided: • Site layout plan – basis for plat – Includes plaza, circulation and fencing • Site Details – Fencing and paving patterns (plaza) • Landscape Plan - Specifications and details with locations. • Tree disposition plan (Landscape Architecture) – existing trees to be relocated and/or removed and/or mitigated. All trees being relocated off site will be the responsibility of the City. The future locations will not be noted on these plans. • Irrigation Plan Criteria – irrigation mainline and source of water to be identified. All heads and layout to be covered by notes and specifications. The Consultant Team will provide written specifications appropriate for bidding and construction implementation. 59 Sara Sims Memorial Garden Expansion #23-1206 April 30, 2024 Page 3 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion v.4.doc SITE PLAN SUBMITTAL: The Consultant shall assist the Client in preparation of an application for an administrative site plan review for the project referenced above after the 50% submittal. The following items will be prepared by the Consultant at a level required by the City of Boynton Beach for site plan review. A. Assist the Client in preparing a Future Land Use Amendment and a Rezoning application. B. Assist the Client in preparing a site plan package including drainage statement, site plan, along with landscape plans (with proposed and existing plantings with specifications) based upon the Client provided program delineating all the existing and proposed site features as required for the application for site plan review, including up to one (1) revision of the site plan package if applicable, after submission. C. Provide a tree disposition plan including the tabulation, field review and report as required by the City. D. Assist the Client with the preparation of application forms for site plan review. E. Coordinate with the City Zoning Staff. MEETINGS: Represent Client at Public Hearings as noted below which includes preparation of a presentation deck (PowerPoint) with associated graphics: a. One Planning and Zoning Meeting b. Up to (1) City Council Meeting DELIVERABLES: Construction Set of Documents and Specifications 50% Response to 50% Comments Construction Set of Documents and Specifications 100% Probable Costs at 50% and 100% Site Plan Application Package including a Land Use Change and a Rezoning submittal and revisions prior to 100% Documents including Site, Landscape, City Zoning staff meetings as required for entitlement. Two Client meetings TASK 3: PERMITTING ASSISTANCE: The Consultant will provide signed and sealed drawings of 100% Construction Documents to assist the City in permit review and approval as applicable including responding to relevant comments and updating documents as may be needed. A. City B. Agencies DELIVERABLES: Revisions to 100% Construction Documents if required Provide response letters as required ADDITIONAL SERVICES: The Consultant shall provide additional services if requested upon written authorization by the Client under this Agreement. Said services may include, however not be limited, to the following: A. Professional services other than noted in this proposal; B. Bidding Services; C. Construction administration services; D. Environmental permitting and/or mitigation planning; E. Mechanical Engineering, Civil Engineering, Electrical Engineering, Traffic Engineering; F. Major changes, to the design after Client approval of the conceptual stage, that are not the direct responsibility of the Consultant. G. Additional meetings not covered within this proposal. Client:_________ Consultant:_________ 60 Sara Sims Memorial Garden Expansion #23-1206 April 30, 2024 Page 4 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion v.4.doc EXHIBIT B COMPENSATION Total Compensation for services rendered is Thirty-Four Thousand, Eight Hundred and Ten Dollars ($34,810.00) with a breakdown as follows : A. Compensation for services rendered by the Consultant Team, TASK 1 Concept Design shall be a fixed fee of Eight Thousand Three Hundred and Sixty-Six Dollars ($8,366.00) including reimbursable as below: FIRM FEE 2GHO (Land Planning & Landscape Architectural) $ 8,366.00 B. Compensation for services rendered by the Consultant Team, TASK 2 Construction Documentation shall be a fixed fee of Twenty-Three Thousand Three Hundred and Twenty-Two Dollars ($23,322.00) including reimbursable expenses as below: FIRM FEE 2GHO (Land Planning & Landscape Architectural) $ 23,322.00 C. Compensation for services rendered by the Consultant Team, TASK 3 Permitting Services shall be a fixed fee of Three Thousand One Hundred and Twenty-Two Dollars ($3,122.00) including reimbursable expenses as below: FIRM FEE 2GHO (Land Planning & Landscape Architectural) $ 3,122.00 REIMBURSABLE EXPENSES *Reimbursable fees include printing, mailing, local mileage and phone calls are included in the fixed fees. Client:_________ Consultant:_________ 61 Sara Sims Memorial Garden Expansion #23-1206 April 30, 2024 Page 5 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion v.4.doc EXHIBIT C HOURLY RATES CONSULTANT POSITION RATE 2GHO PRINCIPAL $166.00 SR. LANDCAPE ARCH $122.30 LANDSCAPE ARCH/IRRIGATION DESIGN $102.96 SR. PLANNER $129.40 PLANNER $76.27 INSPECTOR (ZONING & LANDSCAPE) $78.90 CADD/DRAFTSMAN $74.00 ADMIN. ASSIST. $37.13 Client:_________ Consultant:_________ 62 Sara Sims Memorial Gardens – Cemetery Expansion/ Improvements Scoping Document December 18, 2023 (updated 1/30/24) Page | 1 Background: The City’s of Boynton Beach (COBB) owns and maintains the existing Sara Sims Memorial Gardens Cemetery. It sits adjacent to the Sara Sims recreation park on the West, along Martin Luther King Jr. Blvd., just west of North Seacrest Blvd. The city owns the existing lots to the north (all except for one) and east of the existing cemetery (see Ariel #1 below and proposed concept sketches). That one existing (not owned by the city) shall be excluded from the overall cemetery expansion and improvements. Aerial #1 – Location Circled The City is seeking to engage a consulting firm for the design (Engineering), permitting, bidding assistance and minimal/ construction administration services for the proposed cemetery expansion. The total expansion excludes the lot not owned by the City. 63 Sara Sims Memorial Gardens – Cemetery Expansion/ Improvements Scoping Document December 18, 2023 (updated 1/30/24) Page | 2 Proposed Expansion Image Scope of Work: The consultant shall be responsible for the completion of all design aspects of the scope of work required for a complete project. The proposed scope of work for this project includes but not limited to the following: A. Design 1. Develop design/ construction documents (plans, details, etc.) for the expansion and improvements/upgrades to the existing cemetery. Design requirements/ elements Includes, but are not limited to the following for improvements: • Removal of existing garden (including tiki hut and associated paving, etc.) • Removal / possible re-use of existing fencing. • Removal/ relocation of existing monument, sign/ sign posts and pathways, etc. particularly at the N E portion of site. • New Landscaping / irrigation. Landscape buffering at exterior of fencing (between fencing and property line as applicable. • New Fencing/ access gates • Adjustments to existing access roadway (vehicular/ Pedestrian) as necessary/ applicable • Entry Features • Staging/ storage area (paved) for cemetery equipment 64 Sara Sims Memorial Gardens – Cemetery Expansion/ Improvements Scoping Document December 18, 2023 (updated 1/30/24) Page | 3 • Coordination with survey/ platting consultant. • Committal Service Shelter – mobile (Owner Provided) Conceptual/ preliminary design layout must be reviewed/ coordinated with Surveyor’s platting plan and approved by the Owner/ City prior to consultant proceeding with design development. 2. Conduct all applicable code research/ analysis concurrent with development of design documents. Permitting Assistance: • Submit digitally signed/ hard copies signed and sealed drawings for permit review and approval as applicable, including P&Z requirements (land use amendment, re-zoning and site plan amendment/ approval). • Respond to all applicable permitting agencies comments and revisions to documents as required Bidding Assistance: • Provide bidding package (drawings and specifications, including bid schedule list) for distribution to prospective bidders. • Consultant’s PM to attend pre-bid meeting • Respond to contractor’s questions and provide addenda for issuance as necessary. Construction Services: • Shop Drawing reviews • RFI responses • Site visits/ inspection (Allow for up to 3 site visits/ inspections) Notes: 1. Please schedule a site walk thru with the City, prior to preparing/submitting your proposal. 2. Review/ analyze all existing documents/ information provided by the City prior to preparing/ submitting a proposal. 3. Provide a preliminary site design plan/ layout for Owner’s review and approval prior to proceeding with (50, and 100% drawings) 4. Design Submittals shall be submitted to the City for Review/ comments at 50%, & 100% Completion. A statement of probable construction costs shall accompany each submittal. 5. Provide a preliminary design schedule (expected duration for design through construction) based on City’s expected construction completion date of October of 2024 – assume 4 months of construction (including substantial completion). Design/ bid documents is expected to be completed by April of 2024. 65 Sara Sims Memorial Gardens – Cemetery Expansion/ Improvements Scoping Document December 18, 2023 (updated 1/30/24) Page | 4 6. The project shall be designed to meet all applicable code requirements and applicable City standards, including land use amendment, re-zoning and site plan amendment/ approval. 7. Consultant shall provide one (1) full size and one (1) half size hard copy set of construction documents for the owner’s use during construction. 8. Once completed, consultant shall provide to the Owner, record / as-built CAD and pdf files. 9. Proposal shall be addressed to: Kevin Ramsey, Director of Construction Services 100 E Ocean Ave Boynton Beach, FL 33425 RamseyK@bbfl.us 561 742 6986 Documents provided by the City, include the following: 1. Copy of existing available survey 2. Updated survey (boundary/ topographical) and updated replat including new expanded area once received. 66 Sara Sims Cemetery Expansion 2GHO City of Boynton Beach 2GHO PROJECT NO. 23-1206 Sara Sims Memorial Garden Cemetery Expansion 04.30.24 WORK ELEMENT Principal Senior Landscape Architect Senior Planner Landscape Architect/ Irrigation Designer Planner Inspector (Zoning & Landscape) CADD Draftman Administr ative Hourly Rate:$166.00 $122.30 $129.40 $102.96 $76.27 $78.90 $74.00 $37.13 SUBTOTALS REIMBURSABLES TOTALS Task 1 Conceptual 16.0 0.0 5.0 40.0 0.0 0.0 12.0 0.0 $8,309.40 $56.60 $8,366.00 Task 2 Construction Documentation 18.0 0.0 35.0 120.0 0.0 0.0 45.0 0.0 $23,202.20 $119.80 $23,322.00 Task 3 Permitting Assistance 2.0 0.0 7.0 10.0 0.0 0.0 10.0 0.0 $3,007.40 $114.60 $3,122.00 TOTAL Hours 36.0 0.0 47.0 170.0 0.0 0.0 67.0 0.0 320.00 N/A FEE Estimate $5,976.00 $0.00 $6,081.80 $17,503.20 $0.00 $0.00 $4,958.00 $0.00 $34,519.00 $291.00 $34,810.00 SUBTOTAL SERVICES SUBTOTAL ESTIMATED EXPENSES TOTAL PROJECT COST $34,810.00 Sara Sims Cemetery EXHIBIT "E" COMPENSATION $34,519.00 $291.00 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\Exhibit E Sara Sims Hourly#23-1206 Exhibit E 2GHOv4 67 68 69 November 12, 2024, Rev. Nov. 14, 2024 Kevin Ramsey, Director of Construction Services C/O Anderson Slocombe 100 E Ocean Ave Boynton Beach, FL 33425 RamseyK@bbfl.us 561 742 6986 slocombea@bbfl.us 561-742-6985 RE: Contract for Additional Services of Professional Landscape Architectural and Engineering Services for the Sara Sims Memorial Garden Expansion and Restoration in Boynton Beach, Florida. Job No. 23-1206.1 Dear Mr. Ramsey: Thank you for contacting us to assist you on this project. Pursuant to your request, we are pleased to provide you with this contract for additional professional services for the above referenced project. We understand you desire our office to assist you in preparation of design services for the property described above as initially described in the City’s Scoping Document Exhibit D. 1. Agreement for Services: The Consultant agrees to provide design and planning services to the Client as more fully described in the Scope of Work, and the Client agrees to compensate the Consultant for those services under the terms of th e original Agreement. Consultant Team: Prime: 2GHO Site Planning/circulation Landscape Architecture Irrigation Survey City Directed If needed as additional services, the following consultants can be engaged: Civil Design Civil Engineering PART OF THIS CONTRACT Pinder Troutman Traffic Engineering Levinson Electrical Engineering Tierra South Florida - Geotechnical Consultant: 2GHO, Inc. Landscape Architects Planners Environmental Consultants, a Florida corporation 70 Sara Sims Memorial Garden Expansion #23-1206.1 November 12, 2024, Rev. Nov. 14, 2024 Page 2 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion Add'l 11.12.24.doc EXHIBIT A Scope of Work: The Parties agree that the Scope of Work that the Consultant shall do for the Client shall be defined by the City as follows: 1. Additional engineering work to cover the added roadway to the project. 2. Basic (Min.) Bidding Services (answer contractor’s bidding questions if any arise) 3. Basic Construction Admin. Services – (Shop drawing review/ RFI’s and 3 total site visits). Limitations: 1. Civil design services for preparation of a plan sheet, cross section and appliable details for the proposed pavement, sidewalk modifications, curbing and signage. 2. Permitting services for responses to City generated comments. No outside agency permitting or review is included in this scope of services. 3. Civil construction phase services for required inspections and project certifications. TASK 4: ENGINEERING SERVICES: The Consultant Team will provide engineering services to include paving and drainage for the road extension: A. Task 4.1 Design Services. 1. Coordination and project management for civil items. 2. Project research and review of existing permit files. 3. Perform site visit. 4. Preparation of engineering plans (PGD), cross sections, profiles and details for the project. B. Task 4.2: Permitting Services. 1. City Building Department submittal by selected contractor. 2. Respond to requests for additional or revised information. DELIVERABLES: Provide PGD set with cross sections, profiles & details (100% CD) Respond to City permitting questions Revise and resubmit per City comments (1) TASK 5: BIDDING ASSISTANCE: The Consultant Team will provide bidding services to support the Boynton Beach Team. The following will be provided: A. Attendance at the pre-bid meeting for Landscape Architect. B. Respond to requests for additional or revised information. C. Update plans to incorporate project scope changes from response to RFIs. DELIVERABLES: Responses to questions as addendum and revision to plans and specifications TASK 6: CONSTRUCTION SERVICES: The Consultant Team will provide minimal Construction Administrative services to support the Boynton Beach Team. The following will be provided: A. Shop drawing review for associated elements. B. Respond to RFI’s as needed. C. Landscape Architect: 3 Site Visits/Inspections for Landscape Architect. D. Civil Engineer: Periodic site visits (up to 10) as required to certify Consultant design elements. Work in excess of the estimated visits will be considered an additional service. Visits include: 2 -subgrade, 2-baserock, 1-asphalt paving, 1-milling (NW 9th Ct.), 1-resurfacing (NW 9th Ct.), 1-striping (all pavement), 1-concrete forms/driveway to MLK Blvd, and 1-concrete. E. Review as-builts and testing documents provided by contractor F. Substantial Completion and punch list, both consultants. 71 Sara Sims Memorial Garden Expansion #23-1206.1 November 12, 2024, Rev. Nov. 14, 2024 Page 3 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion Add'l 11.12.24.doc G. Final Completion Inspection, both consultants. H. Permit certification for compliant work, Civil. I. As-Built Construction Plans delivered in CAD and pdf files for landscape only. DELIVERABLES: One set of Final Construction Plans, one full size and one-half size hard copy set Shop drawing review as needed Response to RFI’s Inspections and Final Completion One set of As-Built Construction Documents ADDITIONAL SERVICES: The Consultant shall provide additional services if requested upon written authorization by the Client under this Agreement. Said services may include, however not be limited, to the following: A. Professional services other than noted in this proposal. B. Environmental permitting and/or mitigation planning. C. Mechanical Engineering, Civil Engineering, Electrical Engineering, Traffic Engineering. D. Major changes, to the design after Client approval of the conceptual stage, that are not the direct responsibility of the Consultant. E. Additional meetings not covered within this proposal. Client:_________ Consultant:_________ 72 Sara Sims Memorial Garden Expansion #23-1206.1 November 12, 2024, Rev. Nov. 14, 2024 Page 4 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion Add'l 11.12.24.doc EXHIBIT B COMPENSATION Total Compensation for additional services rendered is $25,404.00 with a breakdown as follows : A. Compensation for services rendered by the Consultant Team, TASK 4 Concept Design shall be a fixed fee of Eleven Thousand Nine Hundred and Seven Dollars ($11,907.00) including reimbursable as below: FIRM FEE Civil Design $ 11,790.00 2GHO (Management 5%) $ 598.00 $ 11,907.00 B. Compensation for services rendered by the Consultant Team, TASK 5 Bidding shall be a fixed fee of Two Thousand One Hundred and Ninety-Five Dollars ($2,195.00) including reimbursable expenses as below: FIRM FEE 2GHO (Land Planning & Landscape Architectural) $ 1,156.00 Civil Design $ 1,710.00 2GHO (Management 5%) $ 85.00 $ 2,951.00 C. Compensation for services rendered by the Consultant Team, TASK 6 Construction Services shall be a fixed fee of Nine Thousand Four Hundred and Sixty Dollars ($9,460.00) including reimbursable expenses as below: FIRM FEE 2GHO (Land Planning & Landscape Architectural) $ 5,113.00 Civil Design $ 5,175.00 2GHO (Management 5%) $ 258.00 $10,546.00 TOTAL Total Additional Services $25,404.00 REIMBURSABLE EXPENSES *Reimbursable fees include printing, mailing, local mileage and phone calls are included in the fixed fees. Client:_________ Consultant:_________ 73 Sara Sims Memorial Garden Expansion #23-1206.1 November 12, 2024, Rev. Nov. 14, 2024 Page 5 of 5 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\23-1206 Sara Sims Memorial Garden Expansion Add'l 11.12.24.doc EXHIBIT C HOURLY RATES CONSULTANT POSITION RATE 2GHO PRINCIPAL $166.00 SR. LANDCAPE ARCH $122.30 LANDSCAPE ARCH/IRRIGATION DESIGN $102.96 SR. PLANNER $129.40 PLANNER $76.27 INSPECTOR (ZONING & LANDSCAPE) $78.90 CADD/DRAFTSMAN $74.00 ADMIN. ASSIST. $37.13 Civil Design PRINCIPAL ENGINEER $225.00 SENIOR ENGINEER $195.00 PROJECT MANAGER $180.00 PROJECT ENGINEER $135.00 ENGINEER INTERN $105.00 CADD TECHNICIAN $90.00 Client:_________ Consultant:_________ 74 Sara Sims Cemetery Expansion 2GHO City of Boynton Beach 2GHO PROJECT NO. 23-1206.1 Sara Sims Memorial Garden Cemetery Expansion 11.12.24 WORK ELEMENT Principal Senior Landscape Architect Senior Planner Landscape Architect/ Irrigation Designer Planner Inspector (Zoning & Landscape) CADD Draftman Administr ative Hourly Rate:$166.00 $122.30 $129.40 $102.96 $76.27 $78.90 $74.00 $37.13 SUBTOTALS REIMBURSABLES TOTALS Task 4 Engineering Additional 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 $0.00 $0.00 $0.00 Task 5 Bidding 2.0 0.0 0.0 8.0 0.0 0.0 0.0 0.0 $1,155.68 $0.32 $1,156.00 Task 6 Construction Services 0.0 12.0 0.0 0.0 0.0 26.0 20.0 0.0 $4,999.00 $114.00 $5,113.00 TOTAL Hours 2.0 12.0 0.0 8.0 0.0 26.0 20.0 0.0 68.00 N/A FEE Estimate $332.00 $1,467.60 $0.00 $823.68 $0.00 $2,051.40 $1,480.00 $0.00 $6,154.68 $114.32 $6,269.00 SUBTOTAL SERVICES SUBTOTAL ESTIMATED EXPENSES TOTAL PROJECT COST $6,269.00 Sara Sims Cemetery EXHIBIT "E" COMPENSATION $6,154.68 $114.32 K:\Company Information\Client Proposals\City of Boynton Beach\Sara Sims Cemetery\Exhibit E Sara Sims Hourly#23-1206 Exhibit E 2GHO 75  _______/______ Proposal No. P24-124 Client/Consultant 1400 Centrepark Blvd., Suite 905 • West Palm Beach, FL 33401 • T 561.659.5760 • www.civil-design.com Engagement Agreement Sara Sims Memorial Gardens November 14, 2024 Gentile, Glas, Holloway, O’Mahoney & Associates, Inc., 1907 Commerce Lane, Suite 101, Jupiter, FL 33458 (“Client”) engages Civil Design, Inc., 1400 Centrepark Boulevard, Suite 905, West Palm Beach, Florida 33401 (“Consultant”) to furnish professional services as stated in this Engagement Agreement (“Agreement”). This Agreement includes and is subject to the General Terms and Special Terms set forth in Exhibit “A.” Project Description The project is generally described as site civil engineering services in support of extending the existing dead- end roadway of NW 9th Court for a turn-around and single lane paved lane north through to MLK, Jr. Blvd as depicted on the attached civil scope exhibit. Work includes milling and resurfacing of approximately 400 linear feet of NW 9th Court from NW 1st Street (east of the round-a-bout) to its east terminus. Scope is specifically limited to: 1. Design services for preparation of a plan sheet, cross section and applicable details for the proposed pavement, sidewalk modifications, curbing and signage. 2. Permitting services for responses to City generated comments. No outside agency permitting or review is included in this scope of services. 3. Construction phase services for required inspections and project certifications. Scope of Services 1. Task 4: Design Services. Consultant will provide services as follows: 1.1. Coordination and project management for civil items. 1.2. Project research and review of existing permit files. 1.3. Perform site visit. 1.4. Preparation of engineering plans (PGD), cross sections, profiles and details for the project. 2. Task 4: Permitting Services. Consultant will provide services as follows: 2.1. City Building Department submittal by selected contractor. 2.2. Respond to requests for additional or revised information. 3. Task 5: Bidding Services. Consultant will provide services as follows: 3.1. Respond to requests for additional or revised information. 3.2. Update plans to incorporate project scope changes from response to RFIs. 4. Task 6: Construction Services. Consultant will provide services as follows: 4.1. Review site civil shop drawings for Consultant designed elements. 4.2. Periodic site visits (up to 10) as required to certify Consultant designed elements. Work in excess of the estimated visits will be considered an additional service. Visits include: 2- subgrade, 2-baserock, 1-asphalt paving, 1-milling (NW 9th Ct.), 1-resurfacing (NW 9th Ct.), 1-striping (all pavement), 1-concrete forms/driveway to MLK Blvd, and 1-concrete. 76  _______/______ Proposal No. P24-124 Client/Consultant 4.3. Review asbuilts and testing documents provided by contractor. 4.4. Substantial completion and punch list. 4.5. Final completion walk through. 4.6. Permit certification for compliant work. 5. Project Limitations and Assumptions. Services to be provided by Consultant are predicated upon and subject to the following conditions: 5.1. No other offsite improvements (i.e. drainage, turn lanes, main line improvements, signalization, etc.) are included in this scope of services, except as specifically stated herein. 5.2. No separate civil specifications will be provided as notes and requirements will be included in the plans and details. 5.3. Coordination with franchise utility providers (FPL, ATT, Comcast, Gas, etc.) is excluded from this scope of services. 5.4. Permits will be reviewed through the Building Department. No separate City permitting (PZB, engineering or utilities) is included in this scope of services. 5.5. No other agency permitting is included in this scope of services. 5.6. Drainage will be routed via overland flow to existing stormwater inlets. No new drainage facilities, detention areas, piping, design reports, etc. are included in this scope of work. 5.7. As-builts shall be prepared by a licensed surveyor and are not included in Consultant’s scope. 5.8. Any Maintenance of Traffic (MOT) plans or permits to be obtained by contractor. 6. Professional Fees for Services by Phase. Refer to accompanying spreadsheet. We very much appreciate the opportunity to serve your needs in a professional manner and thank you for considering our organization. This proposal must be accepted within 30 calendar days or else it is null and void. To accept this engagement, please initial all pages, sign below and return a copy to our office. Services will commence upon receipt of this Agreement signed by both Consultant and Client. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives, and it is effective on the date signed by Client. Civil Design, Inc. Gentile, Glas, Holloway, O’Mahoney & Associates, Inc. By: _________________________ Gabe Burden, P.E. Printed Name: Vice President Title: Date: November 14, 2024 Date: , 202__ 77  _______/______ Proposal No. P24-124 Client/Consultant Exhibit “A” To Engagement Agreement General Terms G1. Client Provided Items. Client will furnish, at no cost to the Consultant, all pertinent and appropriate information regarding the site. Consultant may rely upon the accuracy and regulatory compliance of Client-provided information and data without independent verification. Client will provide Consultant all drawings in AutoCAD 2025 or earlier compatible format. G2. Limitations on Services. Unless specifically stated in the scope of services, Consultant’s services do not include: (i) site lighting or photometrics; (ii) vegetation removal or clearing permits; (iii) landscape or irrigation plans; (iv) traffic studies or statements; (v) soils or geotechnical investigations or reports, (vi) offsite improvements including, but not limited to, turn lanes, road widenings, utility extensions or plant upgrades; and (vii) utility system design or extensions for electrical, telephone, gas and cable facilities. Consultant’s services are conditioned upon sufficient site access and the availability at the property line of potable and fire protection water, sanitary sewer, and legal, positive, stormwater outfall. G3. Invoicing & Payment. Services provided on a lump sum basis will be invoiced based on the percentage of work completed during the billing cycle. Services provided on a time and expense basis will be invoiced based on the services provided and expenses incurred during the billing cycle. Invoices must be paid in full by Client within 20 days of invoice date. A late charge will be added to the invoice in the amount of 1 1/2 percent per month on any outstanding balance. If Client is in default on payment, Consultant may suspend work on the project until all outstanding invoices are finally resolved. It is specifically agreed and understood that any term or condition contained in any purchase order, memorandum or other instrument addressing Consultant’s services issued by Client will be of no force or effect and will not amend or modify this Agreement. G4. Work Not Specified. Work not specified in this Agreement or in any written and signed amendment or change order will not be performed by Consultant. Notwithstanding the foregoing, Consultant may provide reasonable additional professional services on a time and expense basis appropriate to address an event or circumstance not stated in or reasonably contemplated by the scope of services. G5. Ownership of Documents. Consultant owns all documents it prepares pertaining to this project. If Client is in default, Client will not be entitled to and will not be provided any copies of Consultant prepared documents and Client must return any previously provided Consultant prepared documents to Consultant on demand. G6. Code & Regulatory Compliance. Consultant prepares documents in accordance with known codes and regulations and relies on experience to evaluate their applicability to the services provided to Client. Local interpretations of codes and regulations may vary so that Consultant may seek input from authorities having jurisdiction over the project. During meetings and permit processing phases, specific interpretations are made by authorities that are effectively official agency decisions that can impact the cost and schedule of the project and that cannot be controlled by the Consultant. These interpretations include but are not limited to: (i) application of new codes or regulatory criteria; (ii) changes in agency staff, conflict or changes in official interpretations of existing codes and regulations, or the inclusion of a particular code or regulation as to its applicability to the project, which occurrences may arise during or after design, and in some instances, during or after construction; and (iii) conflicting interpretations of agency inspectors or representatives during or after construction. G7. Permits and Agency Approvals. Neither Client nor any contractor will depend upon the design contract documents to proceed prior to receipt of any required permit and agency approval. Authorities may make changes after receipt of a permit or approval that may result in additional work by Consultant, Client and/or contractors. G8. Estimates. Consultant does not represent nor warrant that estimates, including estimates of construction costs, will not vary from actual costs incurred by Client. Consultant does not guarantee the accuracy of estimates when compared to bids or actual costs. G9. Construction Services. During the construction phase of the project, Consultant: (i) will not supervise, manage or direct any work; (ii) is not responsible for and will not control the means, methods, techniques, sequences, procedures or safety precautions and programs: (iii) is not responsible for a failure by Client, a contractor, a subcontractor or any other third party to comply with any law or regulation in connection with work on the project. Consultant is not responsible for the failure of any contractor or subcontractor to carry out work in accordance with the contract documents. 78  _______/______ Proposal No. P24-124 Client/Consultant G10. Rates for Services. For time and expense work authorized by Client, hourly services will be performed at Consultant’s then current rates. G11. Fees. Client is solely responsible for the payment of third party fees, including, but not limited to; permit fees, impact fees, submittal fees and processing fees. G12. Reimbursable Expenses. In addition to fees, Consultant will be reimbursed by Client for all reasonable and necessary expenses incurred by Consultant with respect to its services to Client. Reimbursable expenses will typically include, but not be limited to, delivery, courier, printing, long distance telephone charges, reproduction and third party services. Reimbursable expenses will be billed to the Client at cost plus 10 percent (10%). G13. Time of Performance. Consultant will not be liable for any delay damages. G14. Assignment. This contract is not assignable to nor assumable by any third party without the prior written consent of the parties. G15. Merger and Modification. This Agreement represents the entire and integrated agreement of the parties and supersedes all prior negotiations, representations or agreements, either written or oral. No modification, amendment or waiver of any term or condition of this Agreement will be effective unless in writing and signed by each party to be bound. G16. Termination. Either party may terminate this contract, with or without cause, upon giving ten (10) days’ advance written notice. All work performed up to and including the date of receipt of the notice by Consultant shall be due and owing to the Consultant. Notice shall be tendered by certified mail or Federal Express, United Parcel Service, or similar delivery service. G17. Dispute Resolution. The parties agree to make a good faith effort at informal negotiation to resolve any dispute and to consider using mediation in the event a dispute is not promptly resolved by negotiation. In the event any controversy, dispute, or disagreement arising out of, relating to or in connection with this Agreement, its performance or its breach, shall be subject to mandatory mediation before suit can be filed against any party to this Agreement. In the event that the dispute is not promptly resolved by negotiation or mediation, the sole jurisdiction for litigation of this matter is in Palm Beach County, Florida. G18. Limitation of Liability. To the fullest extent permitted by law, and not withstanding any other provision of this Agreement, the total liability, in the aggregate, of the Consultant and the Consultant’s officers, directors, partners, employees, agents and subconsultants, and any of them, to the Client and anyone claiming by, through or under the Client, for any and all claims, losses, costs or damages of any nature whatsoever arising out of, resulting from or in any way related to the Project or the Agreement from any cause or causes, including but not limited to the negligence, professional errors or omissions, strict liability, breach of contract or warranty, express or implied, of the Design Professional or the Design Professional’s officers, directors, employees, agents or subconsultants, or any of them, shall not exceed the total compensation received by the Design Professional under this Agreement, or the total amount of $50,000.00 whichever is greater. G19. Independent Contractors. The parties are independent contractors to one another and may not be deemed to be employer and employee. G20. Force Majeure. Neither party will be liable to the other for any failure or delay caused by events beyond that party’s control, including, without limitation, a party’s failure to furnish necessary information, sabotage, failure or delays in transportation or communication, failures or substitutions of equipment, labor disputes, accidents, shortages of labor, fuel, raw materials or equipment, or technical failures. G21. Venue. Venue will be Palm Beach County, Florida and each party submits itself and agrees to venue in the state and federal courts located in Palm Beach County, Florida. G22. Severability. In the event that any provision of this Agreement, or any portion thereof, is determined to be invalid or unenforceable by any court of competent jurisdiction, the remaining provisions of this Agreement shall remain in full force and effect. 79  _______/______ Proposal No. P24-124 Client/Consultant G23. Attorneys’ Fees. In the event that any delinquent account is submitted to Consultant’s attorney for collection, it is acknowledged that the Client shall pay all expenses and reasonable attorneys’ fees and paralegal fees arising out of the collection process, whether the attorneys’ fees, paralegal fees and related expenses were incurred before or after the commencement of a lawsuit. G24. FS558.0035. PURSUANT TO THIS SECTION, AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. 80 Meadows Park RefurbishmentCivil Design, Inc.City of Boynton Beach2GHO PROJECT NO. 23-1206Sara Sims Memorial Garden Cemetery ExpansionWORK ELEMENTPrincipal EngineerProject EngineerEngineer InternCADD TechnicianHourly Rate:$225.00 $135.00 $105.00 $90.00SUBTOTALS REIMBURSABLES TOTALSTask 4.2 Construction Documents8.0 42.0 0.0 18.0 $9,090.00 $0.00$9,090Task 4.3 Permitting4.0 8.0 0.0 8.0 $2,700.00 $0.00$2,700Task 5 Bidding2.0 4.0 0.0 8.0 $1,710.00 $0.00$1,710Task 6 Construction Services5.0 30.0 0.0 0.0 $5,175.00 $0.00$5,175TOTAL Hours 19.0 84.0 0.0 34.0 154.00 N/AFEE Estimate $4,275.00 $11,340.00 $0.00 $3,060.00 $18,675.00 $0.00$18,675SUBTOTAL SERVICESSUBTOTAL ESTIMATED EXPENSESTOTAL PROJECT COSTSara Sims Cemetery$18,675EXHIBIT "E"COMPENSATION$18,675$0.00R:\2024\P24-124 - Sara Sims Driveway (2GHO)\Civil Design, Inc. - Sara Sims Hourly#23-1206 Exhibit E form.xlsx81 PARCEL 'B'SEACREST BOULEVARD MARTIN LUTHER KING JR. BOULEVARD82 83 City of Boynton Beach America’s Gateway to the Gulfstream P.O. Box 310 Boynton Beach, Florida 33425-0310 PUBLIC WORKS DEPARTMENT Engineering Division PHONE: (561) 742-6244 www.boynton-beach.org CITY OF BOYNTON BEACH SARA SIMS MEMORIAL CEMETERY – Expansion/ improvements November 26, 2024 STATEMENT OF PROBABLE CONSTRUCTION COST/ BUDGET: Please note that this statement of probable construction cost is our best guess at what it will take to construct this project. However, actual costs may vary during bidding. Site:Total site area – approx. 2.8 Acres. Are for expansion (approx. 1.3 acres) Site Expansion/ Improvements: -Selective Demolition (1.3 ac.@ $10.000/ac)$ 13,000.00 -New Roadway (173 lf @ $300/ lf)$ 51,900.00 -Mill/ resurface of exist. Rd. (370 lf @ $100/ lf)$ 37,000.00 -Aluminum Fencing/ gates (approx. 1200@ $115/ lf)$ 138,000.00 -Site improvements (2,8 ac @ $20,000/ ac)$ 56,000.00 Sub Total $ 295,900.00 Total $ 295,900.00 Owner’s Contingency @ 15 %$ 44,385.00 Total $ 340,285.00 Additional costs: Permit fees: Allowance $ 10,000.00 Total Probable Construction Costs $ 350,285.00 Assumptions: No environmental work required. 84 City of Boynton Beach Agenda Item Request Form 6.F Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-310- FY2024-25 Budget Amendment modifying various Funds to address FY2023-24 Purchase Orders (Encumbrances). Requested Action: Staff recommends approval of Proposed Resolution No. R24-310. Explanation of Request: Amend various FY 2024-25 Capital Project accounts. This request will adjust budgeted appropriations and revenue sources and provide spending authority for the Public Arts Fund (151), Capital Improvement Funds (302 & 303), Utility Capital Improvement Funds (403 & 404), Golf Fund (411), Solid Waste (431), Fleet Fund (501), Materials & Distribution (502), Risk Management (522), and Cemetery Fund (632). The FY 2024-25 Budget was adopted in September 23, 2024. During the new fiscal year that started on October 1, 2024, purchase orders for capital improvement projects, fleet operations, and contractual services from the prior fiscal year 2023-24 was identified during the month of October thru November. This type of budget amendment is part of the annual budget process. The budget adjustment will increase the Fund’s total appropriation, which requires City Commission approval. The City’s capital projects and fleet vehicle purchases may span multiple years. Under best budgeting practices and governmental accounting standards, these funds should be re-appropriated to provide the continued spending authority for these projects. Accordingly, during FY 2024-25 budget modifications will be made to various Funds, see Exhibit A, staff is requesting Commission approval. The Public Arts Fund (151) will be amended from $472,529 to $519,606 for art related contractual services. The Capital Improvement Fund (302) will be amended from $18,944,857 to $19,378,986 and the Surtax CIP Fund (303) will be amended from $5,730,879 to $8,904,883 all due to available prior year project budgets. The Water & Sewer Utility Capital Fund (403) will be amended from $57,260,283 to $63,645,702 and the Utility Capital Expansion Fund (404) amended from $2,100,000 to $2,579,905 due to various projects from the previous fiscal year. The Solid Waste Fund (431) will be amended from $15,863,206 to $16,540,029 due to vehicle purchases and software contracts. 85 The Fleet Fund (501) will be amended from $13,504,684 to $26,783,338 and the Risk Management Fund (522) amended from $6,679,599 to $6,755,031 due to purchase orders for vehicle purchases, fuel contract, and parts maintenance, etc. The Boynton Beach Mausoleum Fund (632) will be amended from $32,500 to $78,241 due to various contractual agreements. How will this affect city programs or services? Allow for the continuance of good and appropriate budgeting practices. Fiscal Impact: Various Funds Attachments: R24-310 Agenda_Item_2470-2023_Resolution_for_Encumbrances_-_Budget.docx FY24-25 BT 12.03.2024 Allocate PO Budget.pdf 86 RESOLUTION NO. R24-3101 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING PRIOR PURCHASE ORDER BUDGET 4 AMENDMENTS FOR BUDGET YEAR 2024-2025; AND FOR ALL OTHER 5 PURPOSES. 6 7 WHEREAS, amend various FY 2024-25 Capital Project accounts. This request will adjust 8 budgeted appropriations and revenue sources and provide spending authority for the Public Arts 9 Fund (151), Capital Improvement Funds (302 & 303), Utility Capital Improvement Funds (403 & 10 404), Golf Fund (411), Solid Waste (431), Fleet Fund (501), Materials & Distribution (502), Risk 11 Management (522), and Cemetery Fund (632); and12 WHEREAS, the FY 2024-25 Budget was adopted on September 23, 2024. During the new 13 fiscal year that started on October 1, 2024, purchase orders for capital improvement projects, fleet 14 operations, and contractual services from the prior fiscal year 2023-24 were identified during the 15 months of October through November. This type of budget amendment is part of the annual 16 budget process. The budget adjustment will increase the Fund’s total appropriation, which 17 requires City Commission approval. The City’s capital projects and fleet vehicle purchases may 18 span multiple years. Under best budgeting practices and governmental accounting standards, 19 these funds should be re-appropriated to provide the continued spending authority for these 20 projects; and21 WHEREAS, accordingly, during FY 2024-25, budget modifications will be made to various 22 Funds; and 23 WHEREAS, the Public Arts Fund (151) will be amended from $472,529 to $519,606 for art 24 related contractual services; and25 WHEREAS, the Capital Improvement Fund (302) will be amended from $18,944,857 to 26 $19,378,986, and the Surtax CIP Fund (303) will be amended from $5,730,879 to $8,904,883, all 27 due to available prior year project budgets; and 28 WHEREAS, the Water & Sewer Utility Capital Fund (403) will be amended from 29 $57,260,283 to $63,645,702, and the Utility Capital Expansion Fund (404) will be amended from 30 $2,100,000 to $2,579,905 due to various projects from the previous fiscal year; and 31 87 WHEREAS, the Solid Waste Fund (431) will be amended from $15,863,206 to $16,540,029 32 due to vehicle purchases and software contracts; and33 WHEREAS, the Fleet Fund (501) will be amended from $13,504,684 to $26,783,338 and 34 the Risk Management Fund (522) from $6,679,599 to $6,755,031 due to purchase orders for 35 vehicle purchases, fuel contracts, parts maintenance, etc.; and 36 WHEREAS, the Boynton Beach Mausoleum Fund (632) will be amended from $32,500 to 37 $78,241 due to various contractual agreements; and38 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 39 best interests of the city's citizens and residents to approve Prior Purchase Orders Budget 40 Amendments for Budget Year 2024-2025. 41 42 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 43 BEACH, FLORIDA, THAT:44 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 45 being true and correct and are hereby made a specific part of this Resolution upon adoption.46 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 47 approve Prior Purchase Orders Budget Amendments for Budget Year 2024-2025 as further 48 detailed in Exhibit A, attached hereto.49 SECTION 3.This Resolution shall take effect in accordance with law.50 51 [signatures on the following page]52 53 88 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.54 CITY OF BOYNTON BEACH, FLORIDA55 YES NO56 Mayor – Ty Penserga __________57 58 Vice Mayor – Aimee Kelley __________59 60 Commissioner – Angela Cruz __________61 62 Commissioner – Woodrow L. Hay __________63 64 Commissioner – Thomas Turkin __________65 66 VOTE ______67 ATTEST:68 69 ___________________________________________________________70 Maylee De Jesús, MPA, MMC Ty Penserga71 City Clerk Mayor72 73 APPROVED AS TO FORM:74 (Corporate Seal)75 76 _______________________________77 Shawna G. Lamb78 City Attorney79 89 Exhibit A 2024/25 2024/25 ADOPTED AMENDED ACCOUNT NUMBER ACCOUNT DESCRIPTION BUDGET Revenue Budget/PO Amounts BUDGET PO Number Project Number Vendor Number Vendor Name Approve PO, budget available in FY25 151-0000-389.91-00 FUND BALANCE APPROPRIATED (147,471) 47,077 (100,394) Adopted Fund Total Revenues 472,529$ 47,077$ 519,606$ 151-2611-579.49-17 OTHER CONTRACTUAL SRVS 185,000 4,000 189,000 241574 SE2410 KINETIC BIENNIAL 2025 19956 CATHERINE POLAK 151-2611-579.49-17 OTHER CONTRACTUAL SRVS 189,000 5,400 194,400 241527 16427 PUBLIC ART WORKS, 151-2611-579.49-17 OTHER CONTRACTUAL SRVS 194,400 9,900 204,300 241600 SE2410 KINETIC BIENNIAL 2025 16427 PUBLIC ART WORKS, 151-2611-579.49-17 OTHER CONTRACTUAL SRVS 204,300 27,777 232,077 241549 SE2410 KINETIC BIENNIAL 2025 18259 ZUCKER MEDIA GROUP Adopted Fund Total Expenses 472,529 47,077 519,606$ CAPITAL IMPROVEMENT FUND 302-0000-334.99-00 VARIOUS 1,395,897 49,206$ 1,445,103$ 302-0000-369.22-00 CRA REIMBURSEMENT 2,414,000 177,655$ 2,591,655$ 302-0000-389.91-00 FUND BALANCE APPROPRIATED 3,984,960 207,268 4,192,228 Adopted Fund Total Revenues 18,944,857$ 434,129$ 19,378,986$ 302-4126-522.62-01 BUILDING IMPROVEMENTS 959,897 2,000 961,897 221252 FA2205 Fire Station # 2 (Hardening)18788 EARTHOLOGY, LLC 302-4126-522.62-01 BUILDING IMPROVEMENTS 961,897 9,247 971,144 231269 FA2205 Fire Station # 2 (Hardening)17254 WEST ARCHITECTURE 302-4135-572.63-05 PARKS IMPROVEMENTS 875,000 37,959 912,959 220685 RP2202 ECO PARK 6995 2GHO INC. LANSCAPE 302-4145-580.62-01 BUILDING IMPROVEMENTS - 2,697 2,697 241160 RP2203 Hist Women's Club Improv 19810 ADT COMMERCIAL LLC 302-4145-580.62-01 BUILDING IMPROVEMENTS 2,697 37,800 40,497 241611 RP2203 Hist Women's Club Improv 17252 ALEXIS KNIGHT ARCH 302-4145-580.62-01 BUILDING IMPROVEMENTS 40,497 98,129 138,626 240930 RP2203 Hist Women's Club Improv 2957 TRANE (WPB) 302-4145-580.62-01 BUILDING IMPROVEMENTS 138,626 2,500 141,126 221830 RP2203 Hist Women's Club Improv 6995 2GHO INC. LANSCAPE 302-4145-580.63-08 STREET IMPROVEMENTS - 4,553 4,553 221830 RP2139 Women's Club-PedestrnWalk 6995 2GHO INC. LANSCAPE 302-4209-572.62-01 BUILDING IMPROVEMENTS - 24,945 24,945 240948 RP2412 Hester Center-Airnasium 17254 WEST ARCHITECTURE 302-4220-572.63-05 PARKS IMPROVEMENTS 1,180,000 85,590 1,265,590 230791 GG2305 Little League Site Improv 17254 WEST ARCHITECTURE 302-4415-572.62-01 BUILDING IMPROVEMENTS 1,100,000 37,141 1,137,141 240611 GG2402 ACC Auditorium Upgrades 17252 ALEXIS KNIGHT ARCH 302-4905-541.63-07 CRA IMPROVEMENTS - 25,855 25,855 241183 TR2407 MLK Blvd & NE2nd Av/NE 9 553 CAULFIELD & WHEELE 302-4905-580.63-07 CRA IMPROVEMENTS - 26,069 26,069 221094 TR2110 CRA Improvements 17252 ALEXIS KNIGHT ARCH 302-4905-580.63-07 CRA IMPROVEMENTS 26,069 5,907 31,976 221115 TR2110 CRA Improvements 787 DAVCO ELECTRICAL C 302-4905-580.63-08 STREET IMPROVEMENTS 164,000 20,513 184,513 210833 TR2104 SE 36th Av -Gulfstream 17251 CALVIN, GIORDANO & 302-4905-580.63-08 STREET IMPROVEMENTS 184,513 13,224 197,737 210359 TR2001 South East 1st Street 1682 KIMLEY HORN & ASSO Adopted Fund Total Expenses 18,944,857$ 434,129$ 19,378,986$ LOCAL GOV'T SURTAX CIP FUND 303-0000-389.91-00 FUND BALANCE APPROPRIATED (1,097,764) 3,174,004$ 2,076,240$ Adopted Fund Total Revenues 5,730,879$ 3,174,004$ 8,904,883$ 303-4101-572.62-01 BUILDING IMPROVEMENTS 50,000 177,300 227,300 241702 TS2401 4th Flr Offices/CM/Attorn 18418 RPM GENERAL CONTRA 303-4101-580.62-01 BUILDING IMPROVEMENTS - 2,475 2,475 241698 CP0703 Carpeting Repl Program 19702 EMPIRE TODAY LLC 303-4107-573.62-01 BUILDING IMPROVEMENTS - 23,840 23,840 241280 GG2405 Children's Museum-Repairs 19843 SRI CONSULTANTS, I 303-4129-522.62-01 BUILDING IMPROVEMENTS 544,676 6,100 550,776 231357 FA2306 FS #5 - Generator Replac 17252 ALEXIS KNIGHT ARCH 303-4129-522.62-01 BUILDING IMPROVEMENTS 550,776 12,835 563,611 241660 FA2403 FS5 - EOC Remodel 19982 FLOOR COVERINGS IN 303-4129-522.62-01 BUILDING IMPROVEMENTS 563,611 7,490 571,100 241661 FA2403 FS5 - EOC Remodel 19982 FLOOR COVERINGS IN 303-4129-522.64-15 COMPUTER EQUIPMENT - 1,125 1,125 241633 FA2403 FS5 - EOC Remodel 7736 DELL MARKETING LP 303-4129-522.64-18 AIR CONDITIONERS - 106,932 106,932 240705 GH2401 FS5 AHU1,2,3,4,5,6,7 HVAC 2957 TRANE (WPB) 303-4129-522.64-18 AIR CONDITIONERS 106,932 133,500 240,432 240706 GH2401 FS5 AHU1,2,3,4,5,6,7 HVAC 2957 TRANE (WPB) 303-4199-580.62-01 BUILDING IMPROVEMENTS 22,300 7,130 29,430 241637 GG2306 Library & City Sign 1019 FASTSIGNS 303-4204-572.62-01 BUILDING IMPROVEMENTS - 22,986 22,986 241359 RP2420 Oceanfr Pk-Consession Ren 19890 VILLA'S CONSTRUCTI 303-4209-572.63-05 PARKS IMPROVEMENTS - 54,921 54,921 231014 RP2101 Hester Center-Site Improv 19250 LTG SPORTS TURF ON 303-4209-572.63-05 PARKS IMPROVEMENTS 54,921 1,171 56,092 210467 RP2101 Hester Center-Site Improv 6995 2GHO INC. LANSCAPE 303-4211-572.63-05 PARKS IMPROVEMENTS 15,000 46,500 61,500 241653 RP2213 OYER PARK - FISH PIER REP 17252 ALEXIS KNIGHT ARCH 303-4211-572.63-05 PARKS IMPROVEMENTS 61,500 21,260 82,760 231013 RP2213 OYER PARK - FISH PIER REP 16616 SEA DIVERSIFIED 303-4217-572.63-05 PARKS IMPROVEMENTS - 33,255 33,255 240584 RP2410 PioneerPark-Boat Ramp Rpl 17252 ALEXIS KNIGHT ARCH 303-4220-572.63-05 PARKS IMPROVEMENTS - 33,919 33,919 241337 RP2416 Little League Park Privac 14283 ANZCO, INC. 303-4220-572.63-05 PARKS IMPROVEMENTS 33,919 4,800 38,719 241564 RP2413 Little League Pk Renovati 14283 ANZCO, INC. 303-4220-572.63-05 PARKS IMPROVEMENTS 38,719 25,323 64,042 241000 RP2413 Little League Pk Renovati 17251 CALVIN, GIORDANO & 303-4220-572.63-05 PARKS IMPROVEMENTS 64,042 1,680 65,722 250277 GG2406 128 SW 11th Ave - Title 553 CAULFIELD & WHEELE 303-4220-572.63-05 PARKS IMPROVEMENTS 65,722 7,513 73,235 241599 RP2413 Little League Pk Renovati 8002 INDUSTRIAL SHADEPO 303-4221-572.63-10 LANDSCAPING - 4,950 4,950 241476 RP2418 Galaxy Pk Imp-Landscaping 17814 ALL COUNTIES PAINT 303-4221-572.63-10 LANDSCAPING 4,950 49,230 54,180 241506 RP2418 Galaxy Pk Imp-Landscaping 19930 DEH KINGDOM MANAGE 303-4221-572.63-10 LANDSCAPING 54,180 7,538 61,718 241427 RP2418 Galaxy Pk Imp-Landscaping 15266 DEHN INC. 303-4221-572.64-04 PLAYGROUND EQUIPMENT 275,000 49,625 324,625 241452 RP2419 Galaxy Pk Imp-Equipment 14283 ANZCO, INC. 303-4905-541.63-08 STREET IMPROVEMENTS 391,652 8,655 400,307 241486 TR2408 Citrus Pk Ln Road Resurfa 17284 ATLANTIC SOUTHERN 303-4905-541.63-08 STREET IMPROVEMENTS 400,307 452,508 852,815 241610 TR2412 Golfview Harbor-Resurf.17284 ATLANTIC SOUTHERN 303-4905-541.63-08 STREET IMPROVEMENTS 852,815 401,281 1,254,095 241610 TR2413 Meadows-Resurfacing 17284 ATLANTIC SOUTHERN 303-4905-541.63-08 STREET IMPROVEMENTS 1,254,095 75,370 1,329,466 241618 TR2411 Tk 206-SW 23rd Tr&SW 5th 17284 ATLANTIC SOUTHERN 303-4905-541.63-08 STREET IMPROVEMENTS 1,329,466 1,316,713 2,646,179 241694 TR2414 Task 146-Lake Boynton Est 17284 ATLANTIC SOUTHERN 303-4905-541.63-08 STREET IMPROVEMENTS 2,646,179 36,677 2,682,856 231060 TR2306 Lake Boynton Estates&NW8 9238 ENGENUITY GROUP (S 303-4905-580.63-08 STREET IMPROVEMENTS - 39,404 39,404 221823 CP0266 Streets-Maintenance Prog 17284 ATLANTIC SOUTHERN Adopted Fund Total Expenses 5,730,879$ 3,174,004$ 8,904,883$ Amendment related to CITY OF BOYNTON BEACH PRIOR YEARS PURCHASE ORDERS BUDGET AMENDMENTS BUDGET YEAR 2024-25, Commission Meeting 12/03/24 Amendment 90 Exhibit A 2024/25 2024/25 ADOPTED AMENDED ACCOUNT NUMBER ACCOUNT DESCRIPTION BUDGET Revenue Budget/PO Amounts BUDGET PO Number Project Number Vendor Number Vendor Name Approve PO, budget available in FY25 Amendment related to CITY OF BOYNTON BEACH PRIOR YEARS PURCHASE ORDERS BUDGET AMENDMENTS BUDGET YEAR 2024-25, Commission Meeting 12/03/24 Amendment UTILITY FUND GENERAL CIP FUND 403-0000-334.31-02 WATER SUPPLY 1,125,000 9,550,000$ 10,675,000$ 403-0000-384.01-00 BOND PROCEEDS 965,678 20,000,000$ 20,965,678$ 403-0000-389.92-00 NET ASSETS APPROPR 43,169,605 (23,164,581)$ 20,005,024$ Adopted Fund Total Revenues 57,260,283$ 6,385,419$ 63,645,702$ 403-5000-533.46-10 BUILDING REPAIRS - - 0 231637 WT2320 WWTP EXTERIOR REVOVATIONS 6995 2GHO INC. LANSCAPE 568$ 403-5000-533.46-91 SOFTWARE MAINTENANCE 16,500 - 16,500 241414 WT2413 LCRR Compliance Project 19898 TRINNEX INC.103,145$ 403-5000-533.49-17 OTHER CONTRACTUAL SRVS 52,137 - 52,137 241330 WT2412 WWTP-Stucco Repair 14283 ANZCO, INC.4,865$ 403-5000-533.49-17 OTHER CONTRACTUAL SRVS 52,137 - 52,137 231807 WT2324 Wellfield Testing-PFA Com 17883 JACOBS ENGINEERING 14,871$ 403-5000-533.65-02 R&R - WATER 22,473,164 31,360 22,504,524 211392 UC2102 Coquina Cove Wtr/Stm Impr 9499 AECOM TECHNICAL SE 403-5000-533.65-02 R&R - WATER 22,504,524 24,703 22,529,227 221116 WT2202 RAW Water Repair/Replace 9499 AECOM TECHNICAL SE 403-5000-533.65-02 R&R - WATER 22,529,227 264 22,529,491 230411 WTR075 Repl elect panels at well 30 AMPS INC. 403-5000-533.65-02 R&R - WATER 22,529,491 1,500 22,530,991 230653 WTR075 Repl elect panels at well 30 AMPS INC. 403-5000-533.65-02 R&R - WATER 22,530,991 4,800 22,535,791 241097 WT2303 Admin Building Remodel 14283 ANZCO, INC. 403-5000-533.65-02 R&R - WATER 22,535,791 41,615 22,577,406 241035 WT2103 East WTP R&R 218 ARROYO PROCESS EQU 403-5000-533.65-02 R&R - WATER 22,577,406 312,308 22,889,714 230742 UC1802 Utility-Dimmick & Potter 17439 B & B UNDERGROUND 403-5000-533.65-02 R&R - WATER 22,889,714 338 22,890,052 220936 UC1802 Utility-Dimmick & Potter 16248 BAXTER & WOODMAN, 403-5000-533.65-02 R&R - WATER 22,890,052 40,639 22,930,691 221321 WT1802 Water System Annual R&R 14558 BOARD OF COUNTY CO 403-5000-533.65-02 R&R - WATER 22,930,691 467 22,931,158 221481 WTR127 Water Plant Security 18144 BROADCAST SYSTEMS 403-5000-533.65-02 R&R - WATER 22,931,158 24,178 22,955,336 210833 WT2414 SE 36th Av Improvements 17251 CALVIN, GIORDANO & 403-5000-533.65-02 R&R - WATER 22,955,336 141,126 23,096,462 230707 WT2201 East Plant Filter Refurbi 15111 CAROLLO ENGINEERS, 403-5000-533.65-02 R&R - WATER 23,096,462 23,815 23,120,277 241183 UC2401 Heart of Boynton (MLK)553 CAULFIELD & WHEELE 403-5000-533.65-02 R&R - WATER 23,120,277 56,786 23,177,062 190724 WTR020 Water Plant Rprs-Mechanic 13426 CH2M HILL ENGINEER 403-5000-533.65-02 R&R - WATER 23,177,062 28,778 23,205,841 191014 WT1902 GENERATOR REPLACEMENT-EAS 13426 CH2M HILL ENGINEER 403-5000-533.65-02 R&R - WATER 23,205,841 42,289 23,248,129 241305 WT2314 1M Storage Tank Renovatio 16151 FL DESIGN DRILLING 403-5000-533.65-02 R&R - WATER 23,248,129 458,625 23,706,754 241406 WT2316 EWTP HSP 5&6 Improvements 16151 FL DESIGN DRILLING 403-5000-533.65-02 R&R - WATER 23,706,754 - 23,706,754 201490 WT1902 GENERATOR REPLACEMENT-EAS 9097 GLOBALTECH INC.7,078,569$ 403-5000-533.65-02 R&R - WATER 23,706,754 1,542 23,708,297 210344 WT2008 EWTP Fluoride Storage 9097 GLOBALTECH INC. 403-5000-533.65-02 R&R - WATER 23,708,297 77,606 23,785,903 221555 WT2103 East WTP R&R 9097 GLOBALTECH INC. 403-5000-533.65-02 R&R - WATER 23,785,903 1,610,000 25,395,903 240638 WTR105 Telemetry Sys Upgrade R&R 19282 GRID ONE ELECTRICA 403-5000-533.65-02 R&R - WATER 25,395,903 108,595 25,504,498 241172 WT2322 MIEX Resin at EWTP 15789 IXOM WATERCARE, IN 403-5000-533.65-02 R&R - WATER 25,504,498 16,751 25,521,249 230448 WT2102 West WTP R&R 17883 JACOBS ENGINEERING 403-5000-533.65-02 R&R - WATER 25,521,249 74,000 25,595,249 250089 WT2403 Emerg. 12 in Wtr Main Rep 10458 MADSEN-BARR CORPOR 403-5000-533.65-02 R&R - WATER 25,595,249 65,058 25,660,307 250090 WT2415 BB Blvd Bike Path Restora 10458 MADSEN-BARR CORPOR 403-5000-533.65-02 R&R - WATER 25,660,307 2,733 25,663,039 241489 WT2008 EWTP Fluoride Storage 18164 MCKIM & CREED, INC 403-5000-533.65-02 R&R - WATER 25,663,039 59,694 25,722,734 241651 WT2401 Hihghview Rd Drainage Imp 15875 PBC BOARD OF COUNT 403-5000-533.65-02 R&R - WATER 25,722,734 18,550 25,741,284 221539 WT2103 East WTP R&R 17815 STAR CONTROLS INC. 403-5000-533.65-02 R&R - WATER 25,741,284 365,066 26,106,350 221731 WT1902 GENERATOR REPLACEMENT-EAS 17269 TAW POWER SYSTEMS, 403-5000-533.65-02 R&R - WATER 26,106,350 47,820 26,154,170 221280 WT2008 EWTP Fluoride Storage 18805 TLC DIVERSIFIED, I 403-5000-533.65-02 R&R - WATER 26,154,170 38,147 26,192,316 221711 WT1605 New Lab Building 17254 WEST ARCHITECTURE 403-5000-533.65-02 R&R - WATER 26,192,316 67,277 26,259,593 231371 WT2303 Admin Building Remodel 17254 WEST ARCHITECTURE 403-5000-535.46-51 LIFT STATION REPAIRS - - 0 231736 SW2313 LS309-Repairs/Renovations 16907 HOMRICH CORPORATIO 2,000$ 403-5000-535.65-04 R&R - SEWER 22,127,996 34,698 22,162,694 211392 UC2102 Coquina Cove Wtr/Stm Impr 9499 AECOM TECHNICAL SE 403-5000-535.65-04 R&R - SEWER 22,162,694 65,091 22,227,785 230742 UC1802 Utility-Dimmick & Potter 17439 B & B UNDERGROUND 403-5000-535.65-04 R&R - SEWER 22,227,785 47,376 22,275,161 210605 SW1602 REPLACE SEWER TRMT PLANT 15111 CAROLLO ENGINEERS, 403-5000-535.65-04 R&R - SEWER 22,275,161 172,306 22,447,467 231778 SW2201 Lift Station 410 - Connec 531 CDM SMITH, INC. 403-5000-535.65-04 R&R - SEWER 22,447,467 300,939 22,748,406 231670 SW2304 BB 20 Inch Sanitary Sewer 18982 INLINER SOLUTIONS, 403-5000-535.65-04 R&R - SEWER 22,748,406 97,882 22,846,288 241411 SW2409 CIPP Golfview Harbor 18982 INLINER SOLUTIONS, 403-5000-535.65-04 R&R - SEWER 22,846,288 - 22,846,288 231766 SW2307 Master LS 356 Repair 4397 JOHNSON-DAVIS INC.18$ 403-5000-535.65-04 R&R - SEWER 22,846,288 - 22,846,288 240653 SW2401 Sewer Rpr-2761 NE 1st Ct 4397 JOHNSON-DAVIS INC.850$ 403-5000-535.65-04 R&R - SEWER 22,846,288 99,513 22,945,801 241392 SW2405 Gravity SW Rep-SW 6th St 4397 JOHNSON-DAVIS INC. 403-5000-535.65-04 R&R - SEWER 22,945,801 32,681 22,978,482 241392 SW2406 Gravity SW Rep-SW 18th St 4397 JOHNSON-DAVIS INC. 403-5000-535.65-04 R&R - SEWER 22,978,482 16,131 22,994,613 241392 SW2407 Gravity SW Rep-NE 26th Av 4397 JOHNSON-DAVIS INC. 403-5000-535.65-04 R&R - SEWER 22,994,613 - 22,994,613 241487 SW2403 LS 708 Rehab 4397 JOHNSON-DAVIS INC.235,300$ 403-5000-535.65-04 R&R - SEWER 22,994,613 146,986 23,141,599 221466 SW2202 Lift Station 317 Major Up 18689 PCL CONSTRUCTION, 403-5000-535.65-04 R&R - SEWER 23,141,599 13,373 23,154,972 211639 SWR102 Odor Ctrl Sys Master L.S.18418 RPM GENERAL CONTRA 403-5000-535.65-04 R&R - SEWER 23,154,972 4,900 23,159,872 231339 SW2303 Sanitary Sewer Assessment 2648 SHENANDOAH GENERAL 403-5000-536.31-90 OTHER PROFESSIONAL SRVS 2,909,192 44,398 2,953,590 230713 US2302 STORMWATER MASTERPLAN 531 CDM SMITH, INC. 403-5000-536.31-90 OTHER PROFESSIONAL SRVS 2,953,590 114,065 3,067,655 230367 US2305 Grant Support Services 1682 KIMLEY HORN & ASSO 403-5000-536.31-90 OTHER PROFESSIONAL SRVS 3,067,655 1,694 3,069,349 201360 UC1804 Utility Capital Proj Syst 17212 MCGOVERN MCDONALD 403-5000-536.31-90 OTHER PROFESSIONAL SRVS 3,069,349 13,743 3,083,091 231802 US2101 GIS Development-UT Atlas 19518 SURVEYING AND MAPP 403-5000-536.31-90 OTHER PROFESSIONAL SRVS 3,083,091 126,060 3,209,151 241485 US2101 GIS Development-UT Atlas 19518 SURVEYING AND MAPP 403-5000-536.64-15 COMPUTER EQUIPMENT 200,000 563 200,563 230836 UC2202 SCADA CyberSecurity 19177 GRAY MATTER SYSTEM 403-5000-538.65-09 R&R - STORMWATER 8,331,294 220,427 8,551,721 211392 UC2102 Coquina Cove Wtr/Stm Impr 9499 AECOM TECHNICAL SE 403-5000-538.65-09 R&R - STORMWATER 8,551,721 615,990 9,167,711 230742 UC1802 Utility-Dimmick & Potter 17439 B & B UNDERGROUND 403-5000-538.65-09 R&R - STORMWATER 9,167,711 44,542 9,212,253 220936 UC1802 Utility-Dimmick & Potter 16248 BAXTER & WOODMAN, 403-5000-538.65-09 R&R - STORMWATER 9,212,253 2,300 9,214,553 241589 SW2410 Quantum Pk-Lake Aerators 14409 FOUNTAIN DESIGN GR 403-5000-538.65-09 R&R - STORMWATER 9,214,553 45,484 9,260,037 231617 ST2301 Quantum Pk-StormW CIPP Pr 18982 INLINER SOLUTIONS, 403-5000-538.65-09 R&R - STORMWATER 9,260,037 168,020 9,428,057 241716 SW2413 Quantum-SW CIPP-Castilla 18982 INLINER SOLUTIONS, 403-5000-538.65-09 R&R - STORMWATER 9,428,057 139,865 9,567,922 231626 US2307 Watershed Master Plan 19040 LORI LEHR INC 403-5000-538.65-09 R&R - STORMWATER 9,567,922 29,963 9,597,885 191253 UC1802 Utility-Dimmick & Potter 17697 THE MERCHANT STRAT Adopted Fund Total Expenditures 57,260,283$ 6,385,419$ 63,645,702$ UTILITY CAPITAL EXPANSION FUND 404-0000-389.92-00 NET ASSETS APPROPR (50,000) 479,905$ 429,905$ Adopted Fund Total Revenues 2,100,000$ 479,905$ 2,579,905$ 404-5000-535.65-03 SEWER - 321,494 321,494 231761 SW2316 Hypoluxo Septic to Sewer 18409 FOSTER MARINE CONT 404-5000-536.65-11 WASTEWATER REUSE 1,000,000 929 1,000,929 221673 REU005 Reuse Distrib Sys 8MGD 16248 BAXTER & WOODMAN, 404-5000-536.65-11 WASTEWATER REUSE 1,000,929 46,032 1,046,961 210464 REU005 Reuse Distrib Sys 8MGD 18300 GARNEY COMPANIES, 404-5016-536.65-11 WASTEWATER REUSE 1,046,961 111,450 1,158,411 210464 REU005 Reuse Distrib Sys 8MGD 18300 GARNEY COMPANIES, Adopted Fund Total Expenditures 2,100,000$ 479,905$ 2,579,905$ 91 Exhibit A 2024/25 2024/25 ADOPTED AMENDED ACCOUNT NUMBER ACCOUNT DESCRIPTION BUDGET Revenue Budget/PO Amounts BUDGET PO Number Project Number Vendor Number Vendor Name Approve PO, budget available in FY25 Amendment related to CITY OF BOYNTON BEACH PRIOR YEARS PURCHASE ORDERS BUDGET AMENDMENTS BUDGET YEAR 2024-25, Commission Meeting 12/03/24 Amendment SOLID WASTE FUND 431-0000-389.92-00 NET ASSETS APPROPR (1,070,294) 676,823$ (393,471)$ Adopted Fund Total Revenues 15,863,206$ 676,823$ 16,540,029$ 431-2515-534.46-91 SOFTWARE MAINTENANCE 114,880 802 115,682 230349 16553 ROUTEWARE, INC. 431-2515-534.46-91 SOFTWARE MAINTENANCE 115,682 2,066 117,749 250403 16553 ROUTEWARE, INC. 431-2515-534.64-33 VEHICLE PURCHASES 663,000 307,359 970,359 240747 1819 NEXTRAN TRUCK CENT 431-2515-534.64-33 VEHICLE PURCHASES 970,359 218,484 1,188,843 240772 1819 NEXTRAN TRUCK CENT 431-2515-534.64-33 VEHICLE PURCHASES 1,188,843 148,111 1,336,954 240800 1819 NEXTRAN TRUCK CENT Adopted Fund Total Expenditures 15,863,206$ 676,823$ 16,540,029$ FLEET FUND 501-0000-389.92-00 NET ASSETS APPROPR (1,536,423) 13,278,654$ 11,742,231$ Adopted Fund Total Revenues 13,504,684$ 13,278,654$ 26,783,338$ 501-2516-519.46-26 COMMERCIAL REPAIRS 35,160 868 36,028 241612 17683 KEY TRAK 501-2516-519.46-91 SOFTWARE MAINTENANCE 150,000 60,344 210,344 221819 14591 ASSETWORKS INC 501-2516-519.52-10 FUEL OIL-VEHICLES 1,212,000 38,865 1,250,865 240185 14667 WEX BANK 501-2516-519.52-20 OPR EQUIPMENT <$1000 1,000 4,050 5,050 241173 8713 VERIZON WIRELESS-F 501-2516-519.64-02 GENERAL EQUIPMENT 10,000 16,395 26,395 241636 17683 KEY TRAK 501-2516-519.64-32 AUTO ACCESSORIES - 78,094 78,094 240490 14295 DANA SAFETY SUPPLY 501-2516-519.64-33 VEHICLE PURCHASES 7,790,000 88,687 7,878,687 240700 11365 ALAN JAY CHEVROLET 501-2516-519.64-33 VEHICLE PURCHASES 7,878,687 76,920 7,955,607 240698 15527 DUVAL FORD 501-2516-519.64-33 VEHICLE PURCHASES 7,955,607 498,412 8,454,019 241538 19948 FRAZER, LTD 501-2516-519.64-33 VEHICLE PURCHASES 8,454,019 412,903 8,866,922 240761 1819 NEXTRAN TRUCK CENT 501-2516-519.64-33 VEHICLE PURCHASES 8,866,922 470,576 9,337,498 240796 1819 NEXTRAN TRUCK CENT 501-2516-519.64-33 VEHICLE PURCHASES 9,337,498 216,719 9,554,217 240800 1819 NEXTRAN TRUCK CENT 501-2516-519.64-33 VEHICLE PURCHASES 9,554,217 231,328 9,785,545 231148 6540 RECHTIEN INTERNATI 501-2516-519.64-33 VEHICLE PURCHASES 9,785,545 403,295 10,188,840 241079 19797 SILVER SHIPS INC. 501-2516-519.64-33 VEHICLE PURCHASES 10,188,840 1,068,839 11,257,679 221670 12898 SOUTH FL EMERGENCY 501-2516-519.64-33 VEHICLE PURCHASES 11,257,679 1,905,893 13,163,572 230926 2857 SUTPHEN CORPORATIO 501-2516-519.64-33 VEHICLE PURCHASES 13,163,572 927,281 14,090,853 230927 2857 SUTPHEN CORPORATIO 501-2516-519.64-33 VEHICLE PURCHASES 14,090,853 1,392,074 15,482,927 230928 2857 SUTPHEN CORPORATIO 501-2516-519.64-33 VEHICLE PURCHASES 15,482,927 5,039,175 20,522,102 241529 2857 SUTPHEN CORPORATIO 501-2516-519.64-33 VEHICLE PURCHASES 20,522,102 235,700 20,757,802 240319 11675 THE ARMORED GROUP 501-2516-519.64-33 VEHICLE PURCHASES 20,757,802 112,236 20,870,038 241075 2918 THOMPSON PUMP & MF Adopted Fund Total Expenditures 13,504,684$ 13,278,654$ 26,783,338$ SELF-INSURANCE (RISK MGMT) FUND 522-0000-389.92-00 NET ASSETS APPROPR (249,983) 75,432$ (174,551)$ Adopted Fund Total Revenues 6,679,599$ 75,432$ 6,755,031$ 522-1710-519.64-02 GENERAL EQUIPMENT - 2,118 2,118 241481 1061 FLAGCRAFT INC. 522-1710-519.64-15 COMPUTER EQUIPMENT 6,000 176 6,176 240481 7736 DELL MARKETING LP 522-1710-519.64-33 VEHICLE PURCHASES 75,000 27,134 102,134 231764 11365 ALAN JAY CHEVROLET 522-1710-519.64-33 VEHICLE PURCHASES 102,134 46,004 148,138 241682 11365 ALAN JAY CHEVROLET Adopted Fund Total Expenditures 6,679,599$ 75,432$ 6,755,031$ BB MEMORIAL PARK (632) 632-0000-389.91-00 FUND BALANCE APPROPRIATED (59,500) 45,741$ (13,759)$ Adopted Fund Total Revenues 32,500$ 45,741$ 78,241$ 632-3110-539.49-17 OTHER CONTRACTUAL SRVS 15,000 8,800 23,800 241273 16625 AVIROM & ASSOCIATE 632-3110-539.49-17 OTHER CONTRACTUAL SRVS 23,800 2,131 25,931 241567 9238 ENGENUITY GROUP (S 632-3110-539.49-17 OTHER CONTRACTUAL SRVS 25,931 34,810 60,741 241274 6995 2GHO INC. LANSCAPE Adopted Fund Total Expenditures 32,500$ 45,741$ 78,241$ Cemetery Funds (631 & 632)517,644 45,741 563,385 92 City of Boynton Beach Agenda Item Request Form 6.G Consent Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Commission Meeting Minutes. Requested Action: Approve minutes from the November 4, 2024 City Commission Meeting. Explanation of Request: The City Commission met on November 4 , 2024, an d minutes were prepared from the notes taken at the meeting. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. How will this affect city programs or services? A record of the actions taken by the City Commission will be maintained as a permanent record. Fiscal Impact: There is no fiscal impact to the budget from this item. Attachments: November 4, 2024 City Commission Meeting Minutes.docx 93 Minutes of the City Commission Meeting Held Online Via the GoToWebinar Platform and In-Person at the City Hall Commission Chambers 100 East Ocean Avenue, Boynton Beach, Florida On Monday, November 4, 2024, at 6:00 P.M. Present: Mayor Ty Penserga Daniel Dugger, City Manager Vice Mayor Thomas Turkin Shawna Lamb, City Attorney Commissioner Angela Cruz Maylee De Jesús, City Clerk Commissioner Woodrow L. Hay Commissioner Aimee Kelley 1.Agenda Items A.Call to Order –Mayor Ty Penserga Mayor Penserga called the meeting to order at 6:00 P.M. Roll Call City Clerk Maylee De Jesús called the roll. A quorum was present. Invocation by Pastor Nate Santos, Living Waters Church. Invocation was given by Pastor Santos. Pledge of Allegiance to the Flag led by Mayor Ty Penserga The Pledge of Allegiance was led by Mayor Penserga. Agenda Approval: 1. Additions, Deletions, Corrections Mayor Penserga requested a special City Commission Meeting after the CRA Meeting, on November 21st, for a time sensitive matter, for an approval of a plat that has to be approved after the CRA meeting. There was consensus to hold the Special City Commission Meeting immediately after the CRA Meeting on November 21, 2024. 2. Adoption Motion: Vice Mayor Kelley moved to approve the agenda. Commissioner Hay seconded the 94 City Commission Meeting Boynton Beach, FL November 4, 2024 2 motion. The motion passed unanimously. 2.Other A.Informational items by the Members of the City Commission. Vice Mayor Kelley reported that she had the honor of presenting the proclamation for White Cane Safety Day on Wednesday. She shared details about the event and expressed gratitude to the events team and City staff for the successful organization of Pirate Fest. Commissioner Hay also highlighted that the White Cane Safety Day event was both impressive and engaging. He discussed that the Souls to the Polls event operated smoothly, commending staff for their efforts and giving special recognition to Adam Temple for consistently providing assistance when needed. He concluded by encouraging everyone that had not yet voted, to do so. Commissioner Turkin acknowledged that James Alderman, a local Boynton Beach farmer, had achieved a recent accomplishment. He praised the success of Pirate Fest, noting that the event's high energy and positive turnout made it memorable. He highlighted that the Veterans Build was impactful, commending staff members that participated and contributed to the event's success. He also remarked that First Friday was an exciting and fantastic experience. 3.Announcements, Community and Special Events and Presentations A.Proclamation- Family Caregivers Month Mayor Penserga read the proclamation into the record. Ricky Petty thanked the Mayor and the Commission for recognizing their family caregivers, and he spoke about the challenges they face on a daily basis. He stated that the luncheon is on November 12th at Benvenuto’s, where the caregivers are recognized. B.Announcement- City of Boynton Beach Veterans Day Ceremony. Mayor Penserga announced the event. C.Announcement- Tire Amnesty November 4th, 2024 through November 8th, 2024. Mayor Penserga announced the event. 95 City Commission Meeting Boynton Beach, FL November 4, 2024 3 4.Public Comments on Consent Agenda Items Public Comments on Consent Agenda Items: Any citizen may be heard concerning any matter on the Consent Agenda. Speakers will be limited to 3- minute presentations (at the discretion of the Chair, this 3-minute allowance may need to be adjusted depending on the level of business coming before the City Commission). Josh Weinraub addressed the artificial turf ordinance, expressing concern that the regulation would require replacing his turf. He requested that the City Commission revise the ordinance to permit artificial turf, highlighting its aesthetic appeal and water-saving benefits. David Katz expressed gratitude to Vice Mayor Kelley for her persistence in securing funding for paving and commended the staff involved in the project. He praised the Events Department for their outstanding work, suggesting they should be named Department of the Year. Susan Oyer raised the issue of a problematic tree that frequently caused power outages in her neighborhood. She thanked Commissioner Turkin for participating as a judge in the Halloween contest for her neighborhood. She supported changing the artificial turf ordinance, citing its advantages. Cindy Falco De Corrado claimed that she had been accosted in the meeting room and requested an updated affidavit related to the incident. She asserted that the affidavit was false and proceeded to read it into the record. She declared her intention to sue the City and the Police Department. Karen Rinehart raised concerns about the newly installed poles in her neighborhood, requesting further information about their purpose. She also brought up the issue of graffiti on the wall near her residence by I-95. Virtual Comments: Luanne Moore commented on the presidential election and expressed concerns about the impact of wireless technology, which she claimed causes mental and physical health issues. Mayor Penserga closed public comments. 5.Administrative 96 City Commission Meeting Boynton Beach, FL November 4, 2024 4 A.Community Support Funds Motion: Commissioner Hay moved to approve community support funds for Friends of the Boynton Beach Library, for the Holiday Dinner Baskets. Vice Mayor Kelley seconded the motion. The motion passed unanimously. Motion: Commissioner Hay moved to approve community support funds for East Boynton Beach Little League. Commissioner Cruz seconded the motion. The motion passed unanimously. B.Advisory Board Appointments. Motion: Vice Mayor Kelley moved to approve Greg Malesev as a Member Employee Representative (non-bargaining) member of the Employees’ Pension Board of Trustees. Commissioner Hay seconded the motion. The motion passed unanimously. Motion: Mayor Penserga moved to approve Phillip Martin as a Regular member of the Senior Advisory Board. Commissioner Hay seconded the motion. The motion passed unanimously. C.Purchases for over $10,000 for June & July 2024 Motion: Commissioner Turkin moved to approve the Purchases over $10,000. Commissioner Cruz seconded the motion. The motion passed unanimously 6.Consent Agenda A.Proposed Resolution No. R24-264- Approve the Release of Unity of Title for 517 NE 1st Street (Pulte Cottage District). B.Proposed Resolution No. R24-265- Approve and authorize the Mayor to sign a Right of Way Maintenance Agreement between the City of Boynton Beach and Boynton Beach Apartments Venture, LLC for the installation of irrigation, landscape, and hardscape within the Florida Department of Transportation 97 City Commission Meeting Boynton Beach, FL November 4, 2024 5 (FDOT) right-of-way along South Federal Highway for the Alliance Residential Project a/k/a Broadstone. C.Proposed Resolution No. R24-266- Approving and authorizing the Mayor to sign the Recreation and Parks Special Events Application to the Town of Ocean Ridge for Oceanfront Bark events. D.Proposed Resolution No. R24-267- Authorizing the Mayor to sign Cemetery Lot Deeds and Mausoleum Certificates. E.Proposed Resolution No. R24-268- Approve and authorize the Mayor (or designee) to apply for the State permit necessary to temporarily close Federal Highway on Saturday, December 7, 2024, for the 53rd Annual Holiday Parade. F.Proposed Resolution No. R24-269- Amend various FY 2024-25 Capital Project accounts. Adjusting budgeted appropriations and revenue sources and providing spending authority for the Capital Improvement Funds (302 & 303) and the Utility Capital Improvement Funds (403 & 404). Approve unbudgeted FY2024-25 financial impacts to the General Fund (001). G.Proposed Resolution No. R24-270- Approve the release of performance bond No.: CE11927900002 for the completion of clearing and grubbing in association with the Wawa project in the amount of $495,708.07. H.Proposed Resolution No. R24-271- Approve a Resolution supporting the procurement and oversight of the consultants for the development of a county- wide transportation plan and supporting the formation of a county-wide technical advisory committee. I.Commission Meeting Minutes. Motion: Commissioner Turkin moved to approve the consent agenda. Commissioner Hay seconded the motion. The motion passed unanimously. 7.Consent Bids and Purchases over $100,000 A.Proposed Resolution No. R24-272- Approve Amendment No. 2 to Task Order UT-2D-05 with Calvin, Giordano & Associates, Inc. in the amount of $207,217.60 for a new total contract amount of $468,508.60 for professional engineering services required for the design of a 12" water main for future service to the Town of Gulfstream and to provide construction administration 98 City Commission Meeting Boynton Beach, FL November 4, 2024 6 and inspection services for the SE 36th Ave Streetscape Project and Water Main Installation Project. B.Proposed Resolution No. R24-273- Approve the Piggyback Agreement with RSC Insurance Brokerage, Inc., d/b/a Risk Strategies Company (including its division, Gehring Group), for broker services for casualty and excess insurance services an annual amount not to exceed $2,700,000. C.Proposed Resolution No. R24-274- Approve the First Amendment to the Piggyback Agreement between the City and Motorola Solutions, Inc. in the amount of $1,300,770.05, which includes a $36,000 credit, for the Fire Department's purchase of handheld radios replacement and upgrade of existing mobile radios, approving the borrowing, use, and repayment of Utility Department funds at a 1% interest rate to finance the purchase. D.Proposed Resolution No. R24-275- Approve and authorize the Mayor to execute a limited term contract extension with ParkMobile, LLC and increase annual expenditure by $34,000 for fiscal year 24-25 for a total amount of $116,000. Motion: Vice Mayor Kelley moved to approve the Consent Bids and Purchases over $100,000. Commissioner Cruz seconded the motion. The motion passed unanimously. 8.Public Hearing 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. A.Proposed Ordinance No. 24-017- Second Reading- An Ordinance of the City Commission of the City of Boynton Beach, Florida, amending the City of Boynton Beach's Code of Ordinances; Chapter 15 "Offenses- Miscellaneous*," Article IX (9)"Community Appearance and Maintenance," Section 15-120 "Minimum Standards for Appearance and Maintenance of Public Property and Private Property;" providing for conflicts, severability, codification; and providing for an effective date. (Tabled from October 15, 2024 Meeting). Motion: Vice Mayor Kelley moved to remove from the table Ordinance No 24-017, on Second Reading. Commissioner Hay seconded the motion. The motion passed unanimously. 99 City Commission Meeting Boynton Beach, FL November 4, 2024 7 City Clerk De Jesús read the Ordinance title into the record. Candice Stone, Community Standards Director, reported that there were no new updates. She explained that the enforcement approach would be more reactive and complaint- driven since inspectors cannot easily view the backs of properties. Vice Mayor Kelley raised concerns about the lack of proactivity, questioning the effectiveness of waiting for complaints. She cited trouble spots involving trees near powerlines and asked how unaddressed trees would be managed. Ms. Stone clarified that the focus would primarily be on single-family homes, with neighborhoods generally addressing these issues proactively. She added that they would be proactive only when violations were visible from public areas. Assistant City Manager Temple discussed the difficulty of accessing areas from which complaints originated. He also highlighted the nature of received complaints. Commissioner Turkin expressed preference for a non-reactive approach and discussed his own experience with low powerlines. He advocated for giving the ordinance more enforcement authority and suggested a six-month grace period to allow FPL to assist, benefiting the City. City Attorney Lamb clarified the ordinance change to incorporate a six-month enforcement delay. Ms. Stone proposed an initial three-month period, extendable by another three months if cited, but was open to the six-month timeframe. City Attorney Lamb noted that 30 days from the meeting date would be May 4th and suggested rounding it to June 1st. There was a consensus to adopt the June 1st date. City Attorney Lamb outlined what the motion should encompass. Mayor Penserga opened public comments. Susan Oyer argued that six months was too long and stated that FPL should not be responsible. She insisted that properties, including one specific neighbor, require immediate enforcement, emphasizing the urgency before hurricane season. Cindy Falco De Corrado questioned how FPL was allowed to place lines so close to properties and described issues with lines in the alley near her home. She criticized FPL 100 City Commission Meeting Boynton Beach, FL November 4, 2024 8 for placing poles too close to residences. Mayor Penserga closed public comments. Motion: Vice Mayor Kelley moved to approve Ordinance No 24-017, on Second Reading, with an effective date of June 1, 2025. Commissioner Hay seconded the motion. In a roll call vote, the motion passed unanimously. B.Proposed Ordinance No. 24-020- Second Reading, An Ordinance of the City Commission of the City of Boynton Beach, Florida, amending Article II of Chapter 18 of the Boynton Beach Code of Ordinances entitled Employees' Pension Plan amending Section 18-145 City of Boynton Beach Investment Policy for General Employees' Pension Fund; providing for codification; providing for severability of provisions; repealing all ordinances in conflict herewith and providing for an effective date. (Tabled from October 15, 2024 Meeting). Motion: Commissioner Hay moved to remove from the table Ordinance No 24-020, on Second Reading. Commissioner Cruz seconded the motion. The motion passed unanimously. City Clerk De Jesús read the Ordinance title into the record. Bonnie Jensen, Legal Counsel to Board of Trustees, expressed support for the plan but suggested certain language modifications. Mayor Penserga opened public comments, but no one came forth. He closed public comments. Commissioner Cruz inquired if any changes were necessary. Ms. Jensen confirmed that she was satisfied with the current version. Vice Mayor Kelley asked about the timeline for presenting it to the City Commission. Ms. Jensen indicated that a meeting would be held at the end of the month. Motion: 101 City Commission Meeting Boynton Beach, FL November 4, 2024 9 Commissioner Hay moved to approve Ordinance No 24-020, on Second Reading. Vice Mayor Kelley seconded the motion. In a roll call vote, the motion passed unanimously. C.Proposed Ordinance No. 24-022- Second Reading, An Ordinance of the City of Boynton Beach, Florida, approving the Boynton Beach Administrative Amendments to the 8th Edition (2023) of the Florida Building Code; providing for conflicts, severability, codification, and an effective date. City Clerk De Jesús read the Ordinance title into the record. John Kuntzman, Building Official, reported that no changes had been made. Mayor Penserga opened public comments. Cindy Falco De Corrado requested clarification on whether the amendments applied to commercial or residential properties. Mr. Kuntzman clarified that the administrative amendments addressed both residential and commercial properties. Mayor Penserga closed public comments. Motion: Vice Mayor Kelley moved to approve Ordinance No 24-022, on Second Reading. Commissioner Hay seconded the motion. In a roll call vote, the motion passed unanimously. 9.City Manager’s Report- None 10.Regular Agenda A.Proposed Ordinance No. 24-023- First Reading, an Ordinance of the City Commission of the City of Boynton Beach, Florida, amending Chapter 26 "water, sewers, and utilities," Article IV "sewers," Division 4, "industrial and commercial waste," Subdivision D "use of public sewers," by creating Section 26-147.5 entitled "dental facilities that remove or replace amalgam fillings," providing for local implementation of the effluent limitations guidelines and standards for dental category adopted by the State of Florida; providing for conflicts, severability, codification, and an effective date. Proposed Ordinance No. 24-024-First Reading, An Ordinance of the City Commission of the City of Boynton Beach, Florida, amending the Code of Ordinances of the City of 102 City Commission Meeting Boynton Beach, FL November 4, 2024 10 Boynton Beach Chapter 26 "water, sewers, and utilities," Article IV "sewers," Division 4 "industrial and commercial waste," subdivision a "general provisions," Section 26-115, "abbreviations and definitions," to adopt definitions for hazardous waste pharmaceuticals, healthcare facility, pharmaceutical, and reverse distributor, and to correct order; amending Chapter 26 "water, sewers, and utilities," Article IV "sewers," Division 4 "industrial and commercial waste," subdivision D "use of public sewers," Section 26-142, "prohibited discharges to sewers," to add hazardous waste pharmaceuticals to the list of substances prohibited from being introduced to the City's treatment works; providing for conflicts, severability, codification, and an effective date. City Clerk De Jesús read the Ordinance titles into the record. Dr. Poonam Kalkat, Utilities Director, indicated that the item was related to housekeeping. She explained the proposed change and mentioned that all dental offices in the area had already been informed. Motion: Commissioner Cruz moved to approve Ordinance No 24-023, on First Reading. Commissioner Hay seconded the motion. In a roll call vote, the motion passed 4-0 (Commissioner Turkin was absent from the dais during voting). Motion: Commissioner Cruz moved to approve Ordinance No 24-024, on First Reading. Vice Mayor Kelley seconded the motion. In a roll call vote, the motion passed 4-0 (Commissioner Turkin was absent from the dais during voting). B.Conduct the one (1) year performance evaluation for Shawna Lamb, City Attorney, as requested by the City Commission at the 6 month review in May, 2024, such that the City Manager and City Attorney's annual reviews coincide with the new fiscal year. Lynn Nazario, Human Resources Director, provided a history of establishing an in-house Attorney's Office and discussed performance evaluation criteria. City Attorney Lamb outlined her accomplishments, including relationship building, client service, a reputation for responsiveness, legal expertise, compliance, operational efficiency, professional development, networking, growth, value proposition, and her commitment to serving the City's legal needs. 103 City Commission Meeting Boynton Beach, FL November 4, 2024 11 Commissioner Cruz expressed pride in City Attorney Lamb's work in forming her legal team and acknowledged that communication had improved, though more opportunities existed for enhancement. She supported the idea of in-house litigation. Vice Mayor Kelley praised Lamb for taking on that significant task, building a strong team, and always being accessible. She mentioned her initial reservations, but now felt impressed with the results, commending the exceptional staff. Commissioner Hay noted that while the start had been challenging, there had been positive progress. He praised City Attorney Lamb's responsiveness and mentioned that there was room for improvement on the dais. He expressed satisfaction with the legal team’s direction and thanked City Attorney Lamb for her service. Commissioner Turkin highlighted City Attorney Lamb’s strong performance, reflected on that transition to an in-house attorney, and suggested City Attorney Lamb should attend more City events. He supported a salary increase, emphasizing her invaluable leadership. Mayor Penserga expressed appreciation for the legal team's efforts and said they were on the right path. Ms. Nazario presented a salary comparison of County and City attorneys and suggested $241,841 based on averages. Commissioner Cruz asked about the number of Attorneys supervised in other municipalities. City Attorney Lamb explained the variations, compared municipal populations, and discussed evolving trends in hiring in-house attorneys. Mayor Penserga agreed that a salary increase was necessary but felt uncomfortable with the proposed amount. Ms. Nazario explained how the average salary increase was determined. Mayor Penserga suggested using a percentage-based approach. Commissioner Cruz noted that the City Manager received a 10% raise and proposed a 5% increase halfway through the year as equitable. Ms. Nazario calculated that a 10% increase would bring Lamb's salary to $236,775. Commissioner Turkin suggested $230,000 as a fair amount, ensuring it positioned City Attorney Lamb above the Deputy Attorney's salary. 104 City Commission Meeting Boynton Beach, FL November 4, 2024 12 Commissioner Hay recommended a gradual increase, proposing $226,000 for now and considering more raises later. Commissioner Cruz agreed that fairness was essential, supporting a 5% raise. Vice Mayor Kelley emphasized City Attorney Lamb’s years of service, cost-saving efforts, and professionalism, backing a $230,000 salary. Mayor Penserga agreed with the amount, emphasizing that it should be above the average and leave room for future increases. City Attorney Lamb asked if the adjustment would be retroactive to October 1st. There was consensus that it would be retroactive to October 1, 2024. Motion: Commissioner Hay moved to approve Attorney Lamb’s performance evaluation and increase her base salary to $230,000, retroactive to October 1, 2024. Vice Mayor Kelley seconded the motion. The motion passed unanimously. C.Discussion regarding city entry way signs and additional digital signs. Dani Moschella, Public Affairs Director, presented that the following topics were covered: mission; iconic city signage; strategic plan 4; existing signage; brand guidelines; digital signs; interactive signage map; style; inspiration; signs as art; replacement opportunities; future signage possibilities; and questions. Mayor Penserga spoke about the digital signs being concentrated on one side of the City and suggested that placing them on the other side would be beneficial. He asked if there are other locations that could be considered for digital signs and noted that the City's current signage appears as a hodge-podge, emphasizing that a cohesive theme is necessary. He mentioned that the Art Advisory Board could assist, and stressed that having signs at every major highway entrance is important. Commissioner Cruz mentioned that there are no signs in District 1 and suggested that adding signage in central Congress Avenue would promote equity. She emphasized that a stable, prominent landmark should be prioritized and expressed that she would support significant and durable signage. Mayor Penserga reiterated that highlighting City assets is an essential part of the signage process. 105 City Commission Meeting Boynton Beach, FL November 4, 2024 13 Vice Mayor Kelley highlighted that land use is a significant challenge, particularly in obtaining permissions from property owners for sign placement. She pointed out that Fire Station #3 is an ideal location since it is City owned. She expressed that she is enthusiastic about involving residents, and the Art Board, in developing unique signage ideas and emphasized that creative thinking is valuable. Commissioner Hay expressed that he is pleased to see progress on the signage project and noted that signs in other cities appear well-maintained. He supported that having a unified theme is crucial to avoid a disorganized appearance. He suggested that the colorful teal poles over the bridge should continue beyond, as they are popular with the public. He also raised concerns that blue colors tend to fade more quickly compared to others. Commissioner Turkin emphasized the appeal of destination signs, which attract visitors to take photos. He noted that incorporating artwork into these projects would enhance their allure. He suggested offering incentives to property owners for sign placement and voiced a preference for colors other than teal. He advocated for involving the private sector in funding signage initiatives. Commissioner Hay added that the legibility of sign fonts should be taken into account, particularly for readability at speed limit traffic. D.Presentation regarding artificial turf as requested by Commissioner Turkin. Amanda Radigan, Planning and Developing Director, presented the following: artificial turf; uses of artificial turf; comparisons of natural grass & artificial turf: relevant regulations for singe family & duplex residential property; comparison among various cities; pros and cons of artificial turf; direction for future policy, and questions. Mayor Penserga asked why artificial turf is allowed in the backyard but not the front. Ms. Radigan explained that front lawn regulations address pervious and impervious percentages. Mayor Penserga then inquired about drainage requirements and microplastic concerns in the water. Ms. Radigan noted that drainage requirements are necessary for all properties and that permits would address drainage compliance. Commissioner Turkin expressed that artificial turf should be allowed, mentioning that properties in Boca Raton look beautiful, and emphasized that homeowners should not be 106 City Commission Meeting Boynton Beach, FL November 4, 2024 14 penalized for enhancing their properties. Ms. Radigan detailed what Boca Raton allows and discussed how most cities with such policies have similar requirements, including drainage regulations. Mayor Penserga expressed interest in microplastic mitigation strategies. Ms. Radigan responded that specifications could be adjusted based on direction. Vice Mayor Kelley asked if backyard permits have specific regulations. Ms. Radigan confirmed that permits are required when the turf area exceeds 800 square feet. Vice Mayor Kelley also raised concerns about odors from poorly drained areas and the presence of microplastics. Ms. Radigan shared that while her neighborhood uses artificial turf effectively, regular washing is needed, and microplastic contamination cannot be completely eliminated. Commissioner Cruz shared that she is concerned about microplastic effects on drainage but remains open to the idea, advocating for more research and dialogue. Commissioner Turkin asked if contamination levels differ between the front and back yards. Ms. Radigan clarified that there is no difference. Commissioner Turkin cautioned against overemphasizing microplastic concerns and supported establishing backyard standards while allowing artificial turf in the front. He suggested following Boca Raton's example and emphasized the benefits of property beautification. Commissioner Hay expressed support for artificial turf but voiced concerns about biodiversity, chemical compounds, and long-term costs. He noted that installation is expensive, maintenance is still necessary, and artificial turf tends to become much hotter than natural grass. Ms. Radigan acknowledged these issues, discussing the choices and regulations available for residents. Commissioner Hay asked if mixed turf, with half real grass and half artificial, could be allowed. 107 City Commission Meeting Boynton Beach, FL November 4, 2024 15 Ms. Radigan explained that current regulations do not permit it, but the idea could be considered. Mayor Penserga reiterated his interest in a Boca Raton-style ordinance, ensuring that compliance measures address concerns. City Manager Dugger brought up public comments about artificial turf and the need to consider ordinance changes. City Attorney Lamb discussed chemical concerns related to new EPA standards. Mayor Penserga requested additional time to review requirements. City Attorney Lamb suggested consulting with an environmental specialist. Ms. Radigan mentioned that extensions could be recommended to the Special Magistrate for any cited violations. Vice Mayor Kelley asked for a review of Boca Raton's policies in light of the EPA's new regulations. Commissioner Turkin emphasized that the discussion should include all turf types, including sports fields. Ms. Radigan confirmed she would reach out to the Utilities Department for further input. E.Presentation providing updates on Development projects within the City. Amanda Radigan, Planning and Developing Director, presented the following: Development Leadership Team; development process; development map; growing our city one development at a time; Baywalk; workforce housing; The Dune South; The Dune North; Pulte Cottage District; mixed-use developments; Ocean One; Shalimar; Villages at East Ocean North; and The Pierce. Commissioner Kelley asked why The Pierce had not submitted their plat. Ms. Radigan explained that they will be required to, now that they submitted their LDR. She continued the presentation and reviewed the following: Town Square; Commercial development; Lemongrass Take-Out; Boynton Beach Office; and 1320 S. Federal Highway. Mayor Penserga inquired whether this was the old I-Hop. 108 City Commission Meeting Boynton Beach, FL November 4, 2024 16 Ms. Radigan replied yes. She continued the presentation and reviewed the following: Pugliese Industrial Contractor Workshop; under construction- Cornelia T Bailey Cultural Arts Center; Publix Distribution Center; Foundry; Ocean Breeze East; Heart of Boynton Village South and North; 500 Ocean; Riverwalk; Enterprise Truck Rental; Harbor Cay; Potter Townhomes; Broadstone Boynton Beach; Miraflor Apartments; Villages at East Ocean South; and New Businesses. Commissioner Kelley stated that it is important for them and the residents to see what is going on in the City. She asked if this will be posted. Ms. Radigan Amanda confirmed that the document is already posted but status review is not posted anywhere. 11.Future Agenda Items A.Update on future upgrade plan for water treatment plants to meet future drinking water regulations. - November 19, 2024.Requested by Mayor Penserga. B.Draft review of Procurement Policies and Procedures, including local business preference. -February 4, 2025 Requested by Mayor Penserga and Commissioner Cruz. C.Discussion regarding Rapid Re-housing Program - Pending meeting with Mayor Penserga Requested by Mayor Penserga. D.Discussion regarding combining City properties together to create senior affordable housing . - Pending meeting with Mayor Penserga Requested by Mayor Penserga. E.Discussion regarding Amendments to the Code of Ordinances regarding flooding in the community.-Pending meeting with Commissioner Cruz Requested by Commissioner Cruz. F.Discussion regarding Hazard Pay for Community Standards.-Pending meeting with Commissioner Cruz Requested by Commissioner Cruz. G.Discussion regarding requirements for Advisory Board Appointments.- Pending meeting with Vice Mayor Kelley Requested by Vice Mayor Kelley. 109 City Commission Meeting Boynton Beach, FL November 4, 2024 17 12.Adjournment Motion: Commissioner Turkin moved to adjourn the meeting. Vice Mayor Kelley seconded the motion. The motion passed unanimously. There being no further business to discuss, the meeting was adjourned at 8:54 P.M. CITY OF BOYNTON BEACH ATTEST: _______________________________ Maylee De Jesús, MPA, MMC City Clerk 110 City of Boynton Beach Agenda Item Request Form 7.A Consent Bids and Purchases over $100,000 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-311- Approve the purchase of vehicles and equipment by utilizing the rates of the Florida Sheriff's Association Contract FSA24-VEL32.0, the Florida Sheriff's Association Contract FSA23-EQU21.0, the Florida Sheriff's Association Contract FSA23-VEH21.1, the Sourcewell Contract 091521-NAF, the Sourcewell Contract 032824-NAF, the City of Tallahassee Contract 5179-MY25, and the State Contract- 25100000-23-STC, for an estimated total amount of $4,736,000, plus a contingency of twenty-two percent (22%) $1,041,921 for increases should the vehicles and/or equipment no longer be available and new models be delivered. Requested Action: Staff recommends approval of Proposed Resolution No. R24-311. Explanation of Request: The Fleet Management & Mobility Division, in coordination with the Procurement Division, recommend approval to utilize the following contracts, for the purchase of the vehicles and equipment approved and scheduled in the FY2024/2025 replacement budget, as follows: Florida Sheriff's Association Contract FSA24-VEL32.0: Pursuit, Administrative & Other Vehicles. Florida Sheriff's Association Contract FSA23-EQU21.0: Equipment. Florida Sheriff's Association Contract FSA23-VEH21.1: Heavy Trucks and Bus. Sourcewell Contract 091521-NAF: Class 1-3 Light Trucks, Cars, Vans, SUVs, Cab Chassis, & Electric Vehicles Sourcewell Contract 032824-NAF: Class 4-8 Chassis, Electric vehicles & Upfitting. City of Tallahassee Contract 5179-MY25: Municipal Vehicles Cars, Vans, SUVs & Light Trucks Florida State Contract 25100000-23-STC: Law Enforcement, Municipal Vehicles Cars, Vans, SUVs & Light Trucks These entities have awarded the listed contracts to various vendors throughout Florida. These contracts are based on a high volume and offer lower prices than can be obtained through regular channels. 111 Market conditions for vehicles and equipment remain volatile, making it increasingly difficult to acquire vehicles without immediate purchase approval. All orders will be placed using the best value contracts and quotes. The approval of the resolution will expedite the procurement process for vehicles and equipment. Reliable vehicles are dependent on a quick response time. The Police and Fire Departments respond to residents' calls to provide safety and emergency services, and these vehicles are needed for that. The City has the option to reject vehicles when they are turned over during inspection. Vehicles will be purchased utilizing these contracts on an as-needed basis subject to the funding limits set forth in the resolution. Procurement will review each quote to ensure they adhere to the pricing terms outlined in the piggyback agreements mentioned above. How will this affect city programs or services? These vehicles will be used throughout the City to provide critical life safety, law enforcement, refuse collection and other services to residents, customers, and visitors. Fiscal Impact: This is a budgeted item. Attachments: R24-311 Agenda_Item_2437-2023_Resolution_for_vehicle_and_equipment_purchase.docx Fleet Replacement FY2025 FSA23-EQU21.0 - Contract Packet FSA23-VEH21.1 - Contract Extension Packet FSA24-VEL32.0 - Contract Packet Sourcewell 032824-NAF - Contract Packet Sourcewell 091521-NAF - Contract Packet City of Tallahassee - Contract 5179-MY25 FL State Contract - 25100000-23-STC 112 RESOLUTION NO. R24-3111 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING THE PURCHASE OF VEHICLES AND 4 EQUIPMENT BY UTILIZING THE RATES OF THE FLORIDA SHERIFF'S 5 ASSOCIATION CONTRACT FSA24-VEL32.0, THE FLORIDA SHERIFF'S 6 ASSOCIATION CONTRACT FSA23-EQU21.0, THE FLORIDA SHERIFF'S 7 ASSOCIATION CONTRACT FSA23-VEH21.1, THE SOURCEWELL 8 CONTRACT 091521-NAF, THE SOURCEWELL CONTRACT 032824-NAF, 9 THE CITY OF TALLAHASSEE CONTRACT 5179-MY25, AND THE STATE 10 CONTRACT - 25100000-23-STC, IN THE AMOUNT OF $4,736,000, PLUS 11 A CONTINGENCY OF TWENTY-TWO PERCENT $1,041,921 FOR 12 INCREASES, SHOULD THE VEHICLES AND/OR EQUIPMENT NO 13 LONGER BE AVAILABLE AND NEW MODELS BE DELIVERED; AND FOR 14 ALL OTHER PURPOSES. 15 16 WHEREAS, the Fleet Management & Mobility Division, in coordination with the 17 Procurement Division, recommends approval to utilize the rates of the following contracts for the 18 purchase of the vehicles and equipment approved and scheduled in the FY2024/2025 replacement 19 budget, as follows:20 Florida Sheriff's Association Contract FSA24-VEL32.0: Pursuit, Administrative & Other 21 Vehicles.22 Florida Sheriff's Association Contract FSA23-EQU21.0: Equipment.23 Florida Sheriff's Association Contract FSA23-VEH21.1: Heavy Trucks and Bus.24 Sourcewell Contract 091521-NAF: Class 1-3 Light Trucks, Cars, Vans, SUVs, Cab Chassis, & 25 Electric Vehicles.26 Sourcewell Contract 032824-NAF: Class 4-8 Chassis, Electric vehicles & Upfitting.27 City of Tallahassee Contract 5179-MY25: Municipal Vehicles Cars, Vans, SUVs & Light 28 Trucks.29 Florida State Contract 25100000-23-STC: Law Enforcement, Municipal Vehicles Cars, Vans, 30 SUVs & Light Trucks.31 WHEREAS, these entities have awarded the listed contracts to various vendors throughout 32 Florida. These contracts are based on a high amount of volume and offer lower prices than can 33 be obtained through regular channels; and 34 WHEREAS, market conditions for vehicles and equipment remain volatile, making it 35 113 increasingly difficult to acquire vehicles without immediate purchase approval. All orders will be 36 placed using the best-value contracts and quotes; and 37 WHEREAS, Procurement will review each quote to ensure they adhere to the pricing terms 38 outlined in the piggyback agreements mentioned above; and39 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 40 best interests of the city's citizens and residents to approve the purchase of vehicles and 41 equipment by utilizing the rates of the Florida Sheriff's Association Contract FSA24-VEL32.0, the 42 Florida Sheriff's Association Contract FSA23-EQU21.0, the Florida Sheriff's Association Contract 43 FSA23-VEH21.1, the Sourcewell Contract 091521-NAF, the Sourcewell Contract 032824-NAF, the 44 City of Tallahassee Contract 5179-MY25, and the State Contract - 25100000-23-STC, in the 45 amount of $4,736,000, plus a contingency of twenty-two percent $1,041,921 for increases, should 46 the vehicles and/or equipment no longer be available and new models be delivered. 47 48 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 49 BEACH, FLORIDA, THAT:50 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 51 being true and correct and are hereby made a specific part of this Resolution upon adoption.52 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 53 approve the purchase of vehicles and equipment by utilizing the rates of the Florida Sheriff's 54 Association Contract FSA24-VEL32.0, the Florida Sheriff's Association Contract FSA23-EQU21.0, 55 the Florida Sheriff's Association Contract FSA23-VEH21.1, the Sourcewell Contract 091521-NAF, 56 the Sourcewell Contract 032824-NAF, the City of Tallahassee Contract 5179-MY25, and the State 57 Contract - 25100000-23-STC, in the amount of $4,736,000, plus a contingency of twenty-two 58 percent $1,041,921 for increases, should the vehicles and/or equipment no longer be available 59 and new models be delivered. 60 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 61 authorizes the Mayor to execute any ancillary documents necessary to accomplish the purposes 62 of this Resolution.63 SECTION 4.This Resolution shall take effect in accordance with law.64 114 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.65 CITY OF BOYNTON BEACH, FLORIDA66 YES NO67 Mayor – Ty Penserga __________68 69 Vice Mayor – Aimee Kelley __________70 71 Commissioner – Angela Cruz __________72 73 Commissioner – Woodrow L. Hay __________74 75 Commissioner – Thomas Turkin __________76 77 VOTE ______78 ATTEST:79 80 ___________________________________________________________81 Maylee De Jesús, MPA, MMC Ty Penserga82 City Clerk Mayor83 84 APPROVED AS TO FORM:85 (Corporate Seal)86 87 _______________________________88 Shawna G. Lamb89 City Attorney90 115 Public Works - Fleet Management Division Vehicle Replacement List FY2025 DEPARTMENT UNIT # EQUIPMENT DETAIL DESCRIPTION OF REPLACEMENT BUDGET POLICE DEPARTMENT 3631 2016 FORD FUSION NISSAN PATHFINDER 35,000.00$ POLICE DEPARTMENT 3733 2017 FORD FUSION TOYOTA RAV 4 SUV 35,000.00$ POLICE DEPARTMENT 3836 2018 FORD FUSION NISSAN ALTIMA 35,000.00$ POLICE DEPARTMENT 3839 2018 FORD FUSION TOYOTA CAMRY 35,000.00$ POLICE DEPARTMENT 3909 2019 DODGE DURANGO CHEVY TRAVERSE 35,000.00$ POLICE DEPARTMENT 3911 2019 DODGE DURANGO KIA TELLURIDE 35,000.00$ POLICE DEPARTMENT 3913 2019 JEEP GRAND CHEROKEE CHEVY TRAVERSE 35,000.00$ POLICE DEPARTMENT 4030 2020 FORD F150 RESPONDER K9 2024 FORD POLICE INTERCEPTOR UTILITY 55,000.00$ POLICE DEPARTMENT 4971 2019 FORD POLICE INTERCEPTOR UTILITY 2025 FORD RESPONDER 50,000.00$ POLICE DEPARTMENT 4028 2019 FORD F150 2025 FORD RESPONDER 52,000.00$ FIRE 883 2014 SUTPHEN SL75 LADDER SUTPHEN SL75 LADDER 1,500,000.00$ FIRE 893 2016 CHEVY SILVERADO 2500 PICK UP CHEVY TAHOE PPV, RED 75,000.00$ FIRE 865 2016 FORD TAURAUS SEDAN TOYOTA RAV 4 SUV 35,000.00$ FIRE 867 2016 FORD FUSION CHEVY TAHOE, WHITE 65,000.00$ STREETS MAINTENANCE 6301 2013 FORD F350 UTILITY BODY FORD F350, UTILITY BODY 89,000.00$ SOLID WASTE 1982 2019 AUTOCAR FRONT LOADER MACK HEIL FRONT LOADER - GARBAGE TRUCK 420,000.00$ SOLID WASTE 1868 2018 AUTOCAR REAR LOADER MACK 16YD REAR LOADER - GARBAGE TRUCK 250,000.00$ SOLID WASTE 1862 2018 FREIGHTLINER GRAPPLE TRUCK MACK GRAPPLE TRUCK 245,000.00$ SOLID WASTE 1451 2014 ISUZU CONTAINER DELIVERY TRUCK ISUZU CONTAINER DELIVERY TRUCK 160,000.00$ WATER DISTRIBUTION 2403 2015 FORD F350 UTILITY BODY FORD F350 UTILITY BODY 89,000.00$ WATER DISTRIBUTION 2302 2013 FORD F350 DUMP BODY FORD F550 DUMP BODY 120,000.00$ STORMWATER MAINTENANCE2406 2015 FORD F350 UTILITY BODY FORD F350, UTILITY BODY 95,000.00$ PARKING SERVICES 529 FORD ESCAPE FORD MAVERICK 35,000.00$ GOLF COURSE MAINTENANCEADDITION TORO GREEN MASTER 4358 11 BLADE REEL MOWER 55,000.00$ GOLF COURSE MAINTENANCEADDITION TORO GREEN MASTER 4358 11 BLADE REEL MOWER 55,000.00$ GOLF COURSE MAINTENANCEADDITION TORO GREEN MASTER 4358 11 BLADE REEL MOWER 55,000.00$ SOLID WASTE ADDITION MACK AUTOMATED SIDE LOADER - GARBAGE TRUCK 425,000.00$ SOLID WASTE ADDITION MACK ROLL OFF TRUCK 238,000.00$ CITY MANAGER ADDITION FORD SUV 75,000.00$ FACILITIES MANAGEMENT ADDITION FORD F250 UTLITY BODY 75,000.00$ STREETS MAINTENANCE ADDITION FORD F150 46,000.00$ STREETS MAINTENANCE ADDITION FORD MAVERICK 30,000.00$ CITY MANAGER ADDITION F0RD F150 45,000.00$ SOLID WASTE ADDITION FORD F150, CREW CAB, HWV 57,000.00$ TOTAL BUDGETED FOR PURCHASES 4,736,000.00$ Page 1 of 1 116 2.03 Contract: FSA22- VEL30.0 – Pursuit, Administrative and Other Vehicles Contract: FSA22- FSA Cooperative Purchasing Program Contract Terms and Conditions FSA23-VEH21.0 – Heavy Trucks and Buses FSA23-VEL31.0 – Pursuit, Administrative and Other Vehicles FSA23-EQU21.0 – Equipment 117 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS .............................................................................................................. 5 1.01 BID CORRESPONDENCE ................................................................................................. 5 1.02 PURPOSE ....................................................................................................................... 5 1.03 TERM OF CONTRACT ..................................................................................................... 5 1.04 JURISDICTION ................................................................................................................ 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ....................................................................................................................... 6 1.07 CURRENCY ..................................................................................................................... 6 1.08 GENERAL DEFINITIONS .................................................................................................. 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT .......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................. 8 1.11 PATENTS & ROYALTIES .................................................................................................. 9 1.12 FEDERAL AND STATE STANDARDS ................................................................................ 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................. 9 1.14 AMERICANS WITH DISABILITIES ACT ............................................................................ 9 1.15 REASONABLE ACCOMMODATION ................................................................................ 9 1.16 DISADVANTAGED BUSINESSES ...................................................................................... 9 1.17 ANTI-DISCRIMINATION ............................................................................................... 10 1.18 BEST COMMERCIAL PRACTICES .................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) ...................................................................................... 10 1.20 TAX EXEMPTION .......................................................................................................... 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................ 11 1.22 COMMUNICATIONS .................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA .................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER .......................................................................... 12 1.25 ASSIGNMENT OF CONTRACT ...................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE............................................................................... 12 1.27 DEMONSTRATION OF COMPETENCY .......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM ................................................................................... 13 118 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ........................................................................................ 13 1.30 QUALITY AND SAFETY ................................................................................................. 13 1.31 NONCONFORMANCE .................................................................................................. 14 1.32 GRATUITIES ................................................................................................................. 14 1.33 TIE BIDS ....................................................................................................................... 14 1.34 RIGHT TO AUDIT .......................................................................................................... 14 1.35 LICENSES AND PERMITS .............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................... 15 1.37 ELIMINATION FROM CONSIDERATION ....................................................................... 15 1.38 INDEPENDENT PREPARATION ..................................................................................... 15 1.39 DEFAULT ...................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ..................................................................................... 16 1.41 NONPERFORMANCE ................................................................................................... 17 1.42 SEVERABILITY .............................................................................................................. 18 1.43 TERMINATION FOR CAUSE .......................................................................................... 18 1.44 TERMINATION WITHOUT CAUSE ................................................................................ 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ................................................ 19 2.0 BIDDER INSTRUCTIONS ........................................................................................................... 20 2.01 QUALIFICATION ........................................................................................................... 20 2.02 LICENSING AND FACILITIES ......................................................................................... 20 2.03 INSURANCE AND INDEMNIFICATION .......................................................................... 21 2.04 SPECIFICATIONS .......................................................................................................... 23 2.05 SEALED BIDS ................................................................................................................ 23 2.06 MISTAKES .................................................................................................................... 23 2.07 EXCEPTIONS ................................................................................................................ 23 2.08 EQUIVALENTS .............................................................................................................. 23 2.09 MANDATORY PRE-BID MEETING ................................................................................ 24 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID ............................................................................................................................... 24 119 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT PRICING ....................................................................................................................... 25 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID ................................................. 26 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID ....................................................................... 27 2.15 EMERGENCY LIGHTS AND SIRENS ............................................................................... 28 2.16 BID SUBMISSION ......................................................................................................... 29 2.17 ZONE BIDDING ............................................................................................................ 30 2.18 EXECUTION OF BID ...................................................................................................... 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS .............................................................. 30 2.20 LATE BIDS .................................................................................................................... 30 2.21 BID OPENING ............................................................................................................... 30 2.22 DETERMINATION OF RESPONSIVENESS ...................................................................... 31 2.23 RESPONSIBLE BIDDER CRITERIA .................................................................................. 31 2.24 BASIS FOR AWARD ...................................................................................................... 31 2.25 BID TABULATIONS ....................................................................................................... 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT ................................................................ 32 2.27 CONE OF SILENCE ........................................................................................................ 32 3.0 CONTRACT CONDITIONS ......................................................................................................... 33 3.01 GENERAL REQUIREMENTS .......................................................................................... 33 3.02 STATEMENT OF AUTHORITY ....................................................................................... 33 3.03 VENDOR CONTACT INFORMATION ............................................................................. 33 3.04 ADDITIONS OR DELETIONS.......................................................................................... 33 3.05 CONTRACT EXTENSION ............................................................................................... 33 3.06 PRICE ADJUSTMENT .................................................................................................... 34 3.07 CONDITIONS ................................................................................................................ 34 3.08 PRODUCTION CUTOFF ................................................................................................ 35 3.09 FACILITIES .................................................................................................................... 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES ............................................................. 35 3.11 SPECIAL SERVICE VEHICLES ......................................................................................... 35 3.12 CAB AND CHASSIS PURCHASES ................................................................................... 35 120 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.13 FACTORY-INSTALLED OPTIONS ................................................................................... 35 3.14 VENDOR-INSTALLED OPTIONS .................................................................................... 36 3.15 NON-SCHEDULED OPTIONS ........................................................................................ 36 3.16 FORCE MAJEURE ......................................................................................................... 36 3.17 PURCHASE ORDERS ..................................................................................................... 36 3.18 REGISTRATION, TAG, AND TITLE ................................................................................. 37 3.19 DELIVERY ..................................................................................................................... 37 3.20 INSPECTION AND ACCEPTANCE .................................................................................. 38 3.21 INVOICING AND PAYMENTS........................................................................................ 38 3.22 WARRANTY.................................................................................................................. 39 3.23 QUARTERLY REPORTS ................................................................................................. 39 3.24 ADMINISTRATIVE FEE .................................................................................................. 39 3.25 LIQUIDATED DAMAGES ............................................................................................... 40 Appendix A: Zone Map .............................................................................................................. 42 Appendix B. Bid Calendar .......................................................................................................... 43 Appendix C: ACH Payments ...................................................................................................... 45 Appendix D: Federal Clauses ..................................................................................................... 46 121 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA . The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. 122 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. 123 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents the Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. 124 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities , which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt -in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this 125 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursement s using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost s in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: 126 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the qualification packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. 127 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar . Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. 128 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to p erform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as de termined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 129 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federa l government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements . • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award . • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. 130 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid . Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. 131 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assigns, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non‐performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for 132 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time req uired and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its le gal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received . This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within t he time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, th ey shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the 133 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. 134 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the so le discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. 135 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e -mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. 136 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders , Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, 137 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. 138 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the firs t dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existenc e of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the 139 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, 140 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year’s models, when the manufacturer changes price during the contract 141 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 25 term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year’s model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS- PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. 142 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer’s option requested in this bid that is not listed as an option in the manufacturer’s order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in 143 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pri cing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description and continue to describe the option being credited. For example, “Credit: one key fob” that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, “Loose Equipment” is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentatio n to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory 144 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) 145 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid , insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: 146 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 147 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. 148 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. 149 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year -to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. 150 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 151 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to 152 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. 153 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser’s needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon 154 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver mus t comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment 155 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 – September 30, 2023 Year 1 Quarter 1: October 1 – December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1 – March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 – June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 – September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. 156 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. 157 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. 158 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix A: Zone Map 159 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 160 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 44 FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/7&8/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/13/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 161 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 45 Appendix C: ACH Payments 162 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 46 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60 -1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. 163 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 47 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Finan ced and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontr act must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Ant i-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to wor k in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workwee k of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) th rough (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with 164 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 48 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implem enting regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congre ss, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in a ll lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115 - 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 165 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 49 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entiti es or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115 -232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non - ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 166 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION FSA23-VEH21.1 Heavy Trucks & Buses Extension Packet 167 Contract Extension Amendment Contract FSA23-VEH21.0: Heavy Trucks and Busses Extension Term: October 1, 2024, through September 30, 2025 The Terms and Conditions of this Contract allow for modification via contract addenda as provided for in Section 1.23. The effective dates of the original contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. The Florida Sheriffs Association (FSA) shall extend this contract for an additional one (1) year term from October 1, 2024, through September 30, 2025. The Terms and Conditions remain in effect for the contract extension term. Items and pricing may be updated in accordance with Sections 3.05 and 3.06 of the Terms and Conditions. FSA is amending the original contract to reflect the following modifications: •Modify the contract number to FSA23-VEH21.1, which reflects the extension; and •Amend Section 1.03 to recognize the term of the contract extension. Section 1.03 is amended to include the following language: 1.03 TERM OF CONTRACT The FSA elected to renew the contract and extend the term of the contract for another twelve (12) months. The contract extension term will begin October 1, 2024, and end September 30, 2025. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Hugh Oliver Florida Sheriffs Association Director- Cooperative Purchasing Program 168 Notice of Final Award FSA23-VEH21.0: Heavy Trucks & Buses Date: October 1, 2023 To: Bidders and Purchasers From: Hugh Oliver, Cooperative Purchasing Program Manger Re: Notice of Final Award for FSA23-VEH21.0: Heavy Trucks & Buses Florida Sheriffs Association (FSA) has completed its 21st year of the cooperative purchasing heavy trucks and buses contract. FSA is issuing the Notice of Final Award for contract FSA23-VEH21.0: Heavy Trucks & Buses that will be effective from October 1, 2023, through September 30, 2024. This year’s bid included 80 items. The contract will offer class 3-5 cab & chassis trucks and buses. The competitive process for this award began in May 2023, when stakeholders were surveyed regarding procurement needs. Items were added based on survey results and the Fleet Advisory Committee’s review of products. An advertisement for the Invitation to Bid was published in the Florida Administrative Weekly, as well as the State of Florida’s Office of Supplier Diversity and the FSA websites. On May 5, 2023, a direct notification was sent to 716 prospective bidders to participate in a voluntary bidder workshop. The ITB advertisement resulted in 81 pre-bid attendees or waivers. Of these respondents, 30 submitted bids and 29 qualified. FSA has identified intended awardees in the attached Final Award Report. The Final Award Report shows up to three lowest bidders per item, per zone. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions for this procurement. Bidders that become awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. Contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida, or to other entities approved by manufacturers to buy from this contract, which can include out-of-state sales. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturer’s agreement. All purchasers are bound by state law, local ordinances, rules, and regulations for purchases made under this contract. 169 FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Name of Authorized Agent (Please Print): Michael Crawford Awarded Vendor Company Name: All Roads Kenworth, LLC Signature: _______________________________ Date: 05/14/2024 170 171 172 173 174 175 176 FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Name of Authorized Agent (Please Print): ________________________________ Awarded Vendor Company Name: DUVAL FORD Signature: _______________________________ Date: 4/10/24 177 178 179 FSA23-VEH21.0: Heavy Trucks and Busses Contract Renewal October 1, 2024, through September 30, 2025 The Terms and Conditions of this contract allow for modification via contract amendment as provided for in Section 1.23. The effective dates of the contract term for FSA23-VEH21.0 are October 1, 2023, through September 30, 2024. Per Contract Terms and Conditions, Section 3.05, the contract may be renewed by mutual agreement, initiated at the discretion of the FSA (Florida Sheriffs Association), for up to two additional one-year terms on a year-to-year basis. The Florida Sheriffs Association Cooperative Purchasing Program seeks to renew FSA23-VEH21.0 for a one-year term. The contract term will extend from October 1, 2024, through September 30, 2025. Please sign and return this contract renewal acknowledgment prior to May 31, 2024. If the FSA does not receive a written response to this decision by May 31, 2024, the contract term will be extended for the additional period. Any vendor not in agreement may opt out of the extra contract term before September 30, 2024. For questions regarding this contract extension, please email Hugh Oliver at holiver@flsheriffs.org. Signature: Name of Authorized Agent (Please Print): Ed Costello Awarded Vendor Company Name: Kenworth of Jacksonville _______________________________ Date: 4/12/24 180 181 182 183 184 185 186 187 188 189 190 191 192 193 194 195 196 197 198 FSA Cooperative Purchasing Program FLORIDA SHERIFFS ASSOCIATION FSA23-VEH21.1 Bid Awards 199 200 201 202 203 204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 256 257 258 259 260 261 262 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA23-VEH21.1: Heavy Trucks & Buses Terms & Conditions 282 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS .............................................................................................................. 5 1.01 BID CORRESPONDENCE ................................................................................................. 5 1.02 PURPOSE ....................................................................................................................... 5 1.03 TERM OF CONTRACT ..................................................................................................... 5 1.04 JURISDICTION ................................................................................................................ 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ....................................................................................................................... 6 1.07 CURRENCY ..................................................................................................................... 6 1.08 GENERAL DEFINITIONS .................................................................................................. 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT .......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................. 8 1.11 PATENTS & ROYALTIES .................................................................................................. 9 1.12 FEDERAL AND STATE STANDARDS ................................................................................ 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................. 9 1.14 AMERICANS WITH DISABILITIES ACT ............................................................................ 9 1.15 REASONABLE ACCOMMODATION ................................................................................ 9 1.16 DISADVANTAGED BUSINESSES ...................................................................................... 9 1.17 ANTI-DISCRIMINATION ............................................................................................... 10 1.18 BEST COMMERCIAL PRACTICES .................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) ...................................................................................... 10 1.20 TAX EXEMPTION .......................................................................................................... 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ................................................ 11 1.22 COMMUNICATIONS .................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA .................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER .......................................................................... 12 1.25 ASSIGNMENT OF CONTRACT ...................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE............................................................................... 12 1.27 DEMONSTRATION OF COMPETENCY .......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM ................................................................................... 13 283 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ........................................................................................ 13 1.30 QUALITY AND SAFETY ................................................................................................. 13 1.31 NONCONFORMANCE .................................................................................................. 14 1.32 GRATUITIES ................................................................................................................. 14 1.33 TIE BIDS ....................................................................................................................... 14 1.34 RIGHT TO AUDIT .......................................................................................................... 14 1.35 LICENSES AND PERMITS .............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................... 15 1.37 ELIMINATION FROM CONSIDERATION ....................................................................... 15 1.38 INDEPENDENT PREPARATION ..................................................................................... 15 1.39 DEFAULT ...................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ..................................................................................... 16 1.41 NONPERFORMANCE ................................................................................................... 17 1.42 SEVERABILITY .............................................................................................................. 18 1.43 TERMINATION FOR CAUSE .......................................................................................... 18 1.44 TERMINATION WITHOUT CAUSE ................................................................................ 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ................................................ 19 2.0 BIDDER INSTRUCTIONS ........................................................................................................... 20 2.01 QUALIFICATION ........................................................................................................... 20 2.02 LICENSING AND FACILITIES ......................................................................................... 20 2.03 INSURANCE AND INDEMNIFICATION .......................................................................... 21 2.04 SPECIFICATIONS .......................................................................................................... 23 2.05 SEALED BIDS ................................................................................................................ 23 2.06 MISTAKES .................................................................................................................... 23 2.07 EXCEPTIONS ................................................................................................................ 23 2.08 EQUIVALENTS .............................................................................................................. 23 2.09 MANDATORY PRE-BID MEETING ................................................................................ 24 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID 24 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID ............................................................................................................................... 24 284 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS-PERCENT PRICING ....................................................................................................................... 25 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID ................................................. 26 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID ....................................................................... 27 2.15 EMERGENCY LIGHTS AND SIRENS ............................................................................... 28 2.16 BID SUBMISSION ......................................................................................................... 29 2.17 ZONE BIDDING ............................................................................................................ 30 2.18 EXECUTION OF BID ...................................................................................................... 30 2.19 MODIFICATION OR WITHDRAWALS OF BIDS .............................................................. 30 2.20 LATE BIDS .................................................................................................................... 30 2.21 BID OPENING ............................................................................................................... 30 2.22 DETERMINATION OF RESPONSIVENESS ...................................................................... 31 2.23 RESPONSIBLE BIDDER CRITERIA .................................................................................. 31 2.24 BASIS FOR AWARD ...................................................................................................... 31 2.25 BID TABULATIONS ....................................................................................................... 32 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT ................................................................ 32 2.27 CONE OF SILENCE ........................................................................................................ 32 3.0 CONTRACT CONDITIONS ......................................................................................................... 33 3.01 GENERAL REQUIREMENTS .......................................................................................... 33 3.02 STATEMENT OF AUTHORITY ....................................................................................... 33 3.03 VENDOR CONTACT INFORMATION ............................................................................. 33 3.04 ADDITIONS OR DELETIONS.......................................................................................... 33 3.05 CONTRACT EXTENSION ............................................................................................... 33 3.06 PRICE ADJUSTMENT .................................................................................................... 34 3.07 CONDITIONS ................................................................................................................ 34 3.08 PRODUCTION CUTOFF ................................................................................................ 35 3.09 FACILITIES .................................................................................................................... 35 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES ............................................................. 35 3.11 SPECIAL SERVICE VEHICLES ......................................................................................... 35 3.12 CAB AND CHASSIS PURCHASES ................................................................................... 35 285 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.13 FACTORY-INSTALLED OPTIONS ................................................................................... 35 3.14 VENDOR-INSTALLED OPTIONS .................................................................................... 36 3.15 NON-SCHEDULED OPTIONS ........................................................................................ 36 3.16 FORCE MAJEURE ......................................................................................................... 36 3.17 PURCHASE ORDERS ..................................................................................................... 36 3.18 REGISTRATION, TAG, AND TITLE ................................................................................. 37 3.19 DELIVERY ..................................................................................................................... 37 3.20 INSPECTION AND ACCEPTANCE .................................................................................. 38 3.21 INVOICING AND PAYMENTS........................................................................................ 38 3.22 WARRANTY.................................................................................................................. 39 3.23 QUARTERLY REPORTS ................................................................................................. 39 3.24 ADMINISTRATIVE FEE .................................................................................................. 39 3.25 LIQUIDATED DAMAGES ............................................................................................... 40 Appendix A: Zone Map .............................................................................................................. 42 Appendix B. Bid Calendar .......................................................................................................... 43 Appendix C: ACH Payments ...................................................................................................... 45 Appendix D: Federal Clauses ..................................................................................................... 46 286 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturer’s authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA23-VEL31.0 Pursuit, Administrative and Other Vehicles and FSA23-VEH21.0 Heavy Trucks and Buses shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA . The initial term of these contracts begins October 1, 2023, and ends September 30, 2024. The term for Contract FSA23-EQU21.0 Equipment shall remain in effect for two years from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of this contract begins October 1, 2023, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. 287 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 6 The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Base Specification: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Bidder: A bidder or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. D. Build sheet: A document from the Bidder that confirms that the item submitted by Bidders meets or exceeds the FSA CPP Base Specification. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. E. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. F. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. 288 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 7 G. Factory: Refers to the manufacturer produced products. H. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. I. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the Bid Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): Manufacturer’s Suggested Retail Price (MSRP) represents the Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: A request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualification Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. 289 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 8 S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a qualification packet during the bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract prices, will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities , which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt -in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this 290 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 9 contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursement s using federal funds. 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost s in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: 291 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the qualification packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list maintained by the State of Florida Department of Management Services following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. 292 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 11 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to Bid Specifications, if issued • Bid Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar . Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the Bid Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. 293 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 12 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to p erform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as de termined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 294 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federa l government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements . • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award . • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest -grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non -certified options are not required to be certified. All options must meet or exceed federal safety standards. 295 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid . Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs, the award will be made using the following criteria: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assigns, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. 296 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assigns, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non‐performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for 297 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time req uired and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its le gal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received . This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within t he time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, th ey shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the 298 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. 299 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.28, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within 10 business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the so le discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective 30 calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. 300 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e -mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. 301 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the qualification packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.11, Mandatory Pre-Bid Meeting. Qualification Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders , Federal Compliance Certifications o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award The qualification packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, 302 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 21 o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. 303 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without 30 calendar days written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the firs t dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existenc e of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the 304 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 23 termination thereof. If Bidder does not meet the insurance requirements; the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA CPP item group specification. The Base Item Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA CPP Base Specification. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA CPP Bid Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable Bid Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the Base Item specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder's risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms &Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, 305 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 24 descriptive, technical literature should demonstrate that the equivalent conforms with specification. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all Base Item specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the Base Item specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED – HEAVY TRUCKS AND BUSES AND EQUIPMENT INVITATIONS TO BID Items and options should reflect the most complete price and be below MSRP and at a minimum should cover the cost of the item or option bid. Prices quoted in the bid submission should reflect the final amount the Bidder can expect to receive for payment for the items bid for the duration of the contract, unless otherwise provided in the contract. Prices submitted as indicated in the sealed bid are final. Bidders acknowledge that prices quoted will be valid for a period of sixty (60) calendar days from the date of bid opening. Each item, make, and model must be priced and bid separately. Prices must be inclusive of all the components included in the Base Specification. Prices bid must include the administrative fee FSA CPP charges to administer the contract, as outlined in these Terms & Conditions. The administrative fee is three quarters of one percent (.0075). Prices bid must be at least cost, be Free On Board (FOB) destination, and must include delivery to the purchaser. Upon award, the Vendor has the authority to offer additional discounts based on prompt payment, quantity, as well as additional manufacturer or vendor discounts. 2.11 PRICES QUOTED – PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATION TO BID Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for new year’s models, when the manufacturer changes price during the contract 306 Page 25 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least "Item Cost", be Free On Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, and assembling, gas, and delivery to zone. As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial publish pricing for awarded items. As windows open up for next year’s model, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.12 PURSUIT, ADMINISTRATIVE, AND OTHER VEHICLES CONTRACT COST-PLUS- PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open up for next year’s model, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, Vendor must provide documentation substantiating the Item Cost, as defined in section 2.11. 307 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 26 2.13 OPTION PRICING – EQUIPMENT INVITATION TO BID The Bidder shall offer discount below Manufacturer’s Standard Retail Pricing (MSRP) or manufacturers published list price for any factory options included in the bid submission and quotes to purchasers, if awarded. FSA CPP requests Vendors include most frequently purchased scheduled, factory and aftermarket options in the bid. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create equipment that is entirely different than the FSA CPP Base Specification or are available as another specification bid on this Invitation to Bid. Bidder must use proper factory codes for all factory options. Options available through the factory may be bid and supplied to purchaser as “factory” options, unless otherwise requested in writing by the purchaser. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive or if options listed are not available for the item bid. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes only when determining if pricing is excessive and will not be published. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately within the bid. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. If a Bidder will offer registration and title services as a fee for service, the Bidder must include the administrative fee as a separate option (i.e., line item) for each item bid. See Section 3.21 for additional details. Government imposed fees should not be included in this option pricing. No other additional charges or fees are admissible. If options are not available as a stand-alone option, the Bidder must indicate in their bid submission any option requiring the purchase of other options, and also indicate options that are a part or dependent of another option. Factory package options are allowable under this contract. Factory package options must be included in the options within the bid document and detailed specifically as to what components the package includes. When calculating the price for a manufacturer’s option requested in this bid that is not listed as an option in the manufacturer’s order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the written Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Example: Bidder CANNOT include option upgrades that result in the selling of a vehicle or truck on one specification that is offered as a separate specification in 308 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 27 the Invitation to Bid. For example, a Vendor who is awarded the bid for 25,500 lb. GVWR Cab & Chassis cannot upgrade this item through an add option to a 30,000 lb. GVWR Cab & Chassis in order to circumvent the bid award winner for the 30,000 lb. GVWR Cab & Chassis. Purchasers are encouraged to negotiate option pricing with Vendors. Discounts can be provided beyond option prices listed in the contract. The additional discounts for each add option shall be decided by the Vendor. The options will correspond to the specification or item number. Multiple options may be listed for each specification or item number bid. Therefore, Bidders that do not indicate the correct item number with the option information bid will not have options displayed for the item bid. If option pri cing is not uploaded correctly, FSA CPP may require Bidders to correct the formatting of the options, but pricing may not be modified. Failure of the Bidder to make corrections may cause the bid to be rejected. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description and continue to describe the option being credited. For example, “Credit: one key fob” that corresponds with the price the Bidder will credit the purchaser. Loose Equipment can be bid as an option and made available to purchasers for items originally purchased from this contract. For purposes of this provision, “Loose Equipment” is any item of equipment that attaches to the heavy equipment item(s) included in the awarded bid, such as different sized blades. Loose Equipment does not include accessories, such as additional keys. 2.14 OPTION PRICING – HEAVY TRUCKS AND BUSES AND PURSUIT, ADMINISTRATIVE AND OTHER VEHICLES INVITATIONS TO BID FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentatio n to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the Base Specification. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the Base Specification will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory 309 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 28 package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA CPP Base Specification, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.15 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.15 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle lights and siren option pricing template is offered in the Bid System. Bidders are encouraged, but not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) 310 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 29 • Estimated labor hours • Labor cost per hour 2.16 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Section 2.10, 2.11, 2.13, 2.14, and 2.15. Each Bidder must submit a qualifications package for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: • For the Heavy Trucks and Buses Invitation to Bid, insert a: o Price for each item bid by zone • For the Pursuit, Administrative and Other Vehicles Invitation to Bid , insert a: o Bid Price for each item bid by zone, as defined in Section 2.11 o Percent for each item bid by zone, as defined in Section 2.11 • For the Equipment Invitation to Bid, insert a: o Price for each item by zone • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price For the Heavy Trucks and Buses and Pursuit, Administrative, and Other Vehicles Invitations to Bid, the option sheet should also include: 311 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 30 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.17 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.18 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.19 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.20 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.21 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 312 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 31 2.22 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.26, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.23 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.24 BASIS FOR AWARD For the Heavy Trucks and Buses, and Equipment Invitations to Bid, the FSA CPP shall make awards to the qualified, responsive and responsible Bidder(s) who submitted the lowest priced bid by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider option pricing in making the award and to disqualify Bidders for proposing excessive option pricing. For the Pursuit, Administrative and Other Vehicles Invitation to Bid, the FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. 313 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 32 Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.25 BID TABULATIONS The Bid Tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.26 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.27 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contacts identified in Section 1.01 of this Invitation to Bid. 314 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 33 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year -to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. 315 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 34 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available for the Pursuit, Administrative, and Other Vehicles contract, the Terms & Conditions provide the following options for price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 316 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 35 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to 317 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 36 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, design, and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these terms & conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these terms and conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number, and the make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within 10 business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. 318 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 37 A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve the purchaser’s needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA CPP Base Specification, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon 319 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 38 delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA CPP Base Specification. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver mus t comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the Base Item specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment 320 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 39 Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within 30 days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2022 – September 30, 2023 Year 1 Quarter 1: October 1 – December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1 – March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 – June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 – September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than 15 calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. 321 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 40 The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within 15 calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond 45 calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. 322 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 41 Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. 323 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix A: Zone Map 324 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix B. Bid Calendar FSA23-VEL31.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/13/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/11/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 FSA23-VEH21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/14/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/12/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 325 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 44 FSA23-EQU21.0 Bid Calendar Task Date Invitation to Bid Announcement (ITB) 5/1/2023 & 5/15/2023 Voluntary Interested Bidder Workshop 6/7&8/2023 New Item Specification Requests Due 6/23/2023 Pre Bid Meeting 7/13/2023 Request for Clarifications Due to FSA 7/18/2023 FSA VendorLink Bidder Training 7/24/2023 Bid System Open 7/25/2023 Cone of Silence 7/25/2023 - 9/11/2023 Bid Submissions Due 8/30/2023 Public Bid Opening 9/1/2023 Bid Tabulations Posted 9/1/2023 Bid Evaluation 9/5/2023 - 9/8/2023 Intent To Award 9/11/2023 Final Award & Effective Date of New Contract 10/1/2023 326 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 45 Appendix C: ACH Payments 327 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 46 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60 -1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. 328 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 47 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Finan ced and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non -Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontr act must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Ant i-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis -Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to wor k in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages . In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workwee k of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) th rough (d) and also a clause requiring the subcontractors to include these clauses in any lower -tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with 329 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 48 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implem enting regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower -tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congre ss, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non -Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower -tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in a ll lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115 - 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 330 FLORIDA SHERIFFS ASSOCIATION Cooperative Purchasing Program Contract Terms and Conditions Page 49 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entiti es or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115 -232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non - ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 331 FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Contract Packet 332 NOTICE OF FINAL AWARD CONTRACT FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles Date: October 1, 2024 To: All Prospective Bidders and Purchasers From: Steve Casey, Executive Director Sarrah Glassner, Deputy Executive Director of Administration Hugh Oliver, Director of the Cooperative Purchasing Program Re: Contract Number FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles: Contract Awards We are pleased to announce that the Florida Sheriffs Association (FSA) has successfully completed its latest nationwide cooperative bid for Pursuit, Administrative, and Other Vehicles. This contract is in effect beginning October 1, 2024, through September 30, 2025. This notification is for the Florida Sheriffs Association (FSA), Cooperative Purchasing Program (CPP) Intent to Award for contract FSA24-VEL32.0 Pursuit, Administrative, and Other Vehicles. All bids were received in a timely manner, reviewed, and evaluated by the FSA and its Fleet Advisory Committee. The contract specifications include: • Administrative Sedans • Cab and Chassis Trucks: 1 Ton (DRW) 4x2 • Cab and Chassis Trucks: 1 Ton (DRW) 4x4 • Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 • Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 • Cargo & Passenger Vans Medium/High Roof • Cargo & Passenger Vans Standard/Low Roof • Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans • Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles • Electric Bikes & Transporters • Pickup Trucks – 4x2 333 • Pickup Trucks – 4x4 • Pursuit Rated & Pursuit Hybrid Vehicles • Special Service Vehicles • Utility & Hybrid Utility Vehicles – 4x2 • Utility & Hybrid Utility Vehicles – 4x4 and AWD The competitive process for this award began in January 2024, when the FSA Fleet Advisory Committee, bidders, and stakeholders provided input regarding automotive and equipment procurement needs. Specifications were developed based on prior years activity, and new additions were included based on feedback from the FSA Committee, bidders, and stakeholders. Advertisements of the Invitation to Bid (ITB) were placed on the FSA website on April 1, 2024, and within the Florida Administrative Register on April 1, 2024, and May 1, 2024. From the ITB, thirty-two bidders completed the pre-bid process. Of these respondents, twenty-six submitted bids. Nineteen responsive bidders were awarded after bids were evaluated by the FSA Fleet Advisory Committee and FSA staff. The Florida Sheriffs Association Cooperative Purchasing Program has followed the Contract Terms and Conditions to procure this contract. Contract prices are extended and guaranteed to any local government or political subdivision of the state, public educational institutions, other public agencies or authorities with the State of Florida, and other entities approved by the manufacturer to participate in this contract. Out-of-state sales are permitted under this contract. All purchasers are bound by their local governing purchasing ordinances, rules, and regulations. All awarded vendors are governed by their manufacturer agreements and the Contract Terms and Conditions. List of Intended Awards in Alphabetical Order: 1.Bachrodt FT, LLC. DBA Palmetto Ford of Miami 2.Bozard Ford 3.Carl Black of Orlando, LLC. 4.Duval Ford, LLC. 5.ETR, LLC. 6.Florida Transportation Systems, Inc. 7.Garber Ford, Inc. 8.Garber Chevrolet Buick GMC, Inc. 9.Garber Chrysler Dodge Truck, Inc. 10.Matheny Fire & Emergency 11.Recon Power Bikes 12.SAG Cocoa, LLC. 13.Seminole Toyota 334 14.Step One Automotive DBA Kia Ft. Walton Beach 15.Tampa Truck Center 16.Terry Taylor’s DeLand Nissan, Inc. 17.Tesla 18.Treaty Oak Outdoors, LLC. 19.Woody Folsom of Douglas, Inc. The final award page document for all awarded bid items is attached. 335 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Final Award Report 336 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:1, Ford, Mustang Ecoboost, P8T Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,524.00 $30,599.00 $30,835.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,304.00 $30,552.00 $30,635.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,404.00 $30,582.00 $30,735.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,504.00 $30,611.00 $30,835.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 2/245337 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:2, Kia, Soul, B2522 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $22,660.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 3/245338 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:3, Kia, K5, L42232 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $28,995.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $29,445.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $29,750.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $30,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 4/245339 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:4, Nissan, Versa S CVT, 10115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$19,150.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$19,110.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$19,110.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$19,190.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 5/245340 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:5, Nissan, Sentra S, 12015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$20,631.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$20,602.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$20,607.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$20,697.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 6/245341 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:6, Nissan, Altima 2.5 S FWD, 13115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$25,440.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$25,390.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$25,390.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$25,493.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 7/245342 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:7, Nissan, Murano SV FWD, 23115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$36,490.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$36,410.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$36,415.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$36,490.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 8/245343 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:8, Nissan, Murano SV AWD, 23015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$37,390.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$37,310.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$37,315.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$37,390.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 9/245344 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:9, Toyota, Camry LE Hybrid, 2559 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $27,956.00 Build Options Northern Primary Seminole Toyota $27,956.00 Build Options Central Primary Seminole Toyota $27,956.00 Build Options Southern Primary Seminole Toyota $27,956.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 10/245345 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:10, Toyota, Prius LE Hybrid, 1223 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $27,994.00 Build Options Northern Primary Seminole Toyota $27,994.00 Build Options Central Primary Seminole Toyota $27,994.00 Build Options Southern Primary Seminole Toyota $27,994.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 11/245346 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:11, Toyota, Corolla LE, 1852 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $22,352.00 Build Options Northern Primary Seminole Toyota $22,352.00 Build Options Central Primary Seminole Toyota $22,352.00 Build Options Southern Primary Seminole Toyota $22,352.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 12/245347 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:12, Toyota, Corolla LE Hybrid, 1882 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $23,732.00 Build Options Northern Primary Seminole Toyota $23,732.00 Build Options Central Primary Seminole Toyota $23,732.00 Build Options Southern Primary Seminole Toyota $23,732.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 13/245348 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Administrative Sedans Item:13, Toyota, Corolla Hatchback SE CVT A/T, 6272 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $23,447.00 Build Options Northern Primary Seminole Toyota $23,447.00 Build Options Central Primary Seminole Toyota $23,447.00 Build Options Southern Primary Seminole Toyota $23,447.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 14/245349 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:14, Chevrolet, Silverado 3500HD Regular Cab, CC31003 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,067.00 $43,259.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,867.00 $43,109.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,967.00 $43,007.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,067.00 $43,108.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 15/245350 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:15, Chevrolet, Silverado 3500HD Crew Cab, CC31043 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,036.00 $46,058.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,836.00 $45,907.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $45,806.00 $45,936.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $45,907.00 $46,036.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 16/245351 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:16, Ford, F-350 Regular Cab, F3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $47,433.00 $47,620.00 $47,667.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $47,213.00 $47,367.00 $47,521.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $47,167.00 $47,313.00 $47,592.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $47,167.00 $47,413.00 $47,754.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 17/245352 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:17, Ford, F-350 Crew Cab, W3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,025.00 $50,237.00 $50,260.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $49,805.00 $49,960.00 $50,133.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $49,760.00 $49,905.00 $50,208.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $49,760.00 $50,005.00 $50,359.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 18/245353 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x2 Item:18, Ford, F-350 Super Cab, X3G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $49,052.00 $49,255.00 $49,286.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $48,832.00 $48,986.00 $49,152.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $48,786.00 $48,932.00 $49,226.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $48,786.00 $49,032.00 $49,274.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 19/245354 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:19, Chevrolet, Silverado 3500HD Regular Cab, CK31003 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,986.00 $45,154.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,786.00 $45,003.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,886.00 $44,902.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,986.00 $45,003.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 20/245355 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:20, Chevrolet, Silverado 3500HD Crew Cab, CK31043 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,954.00 $48,054.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,754.00 $47,903.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $47,802.00 $47,854.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $47,903.00 $47,954.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 21/245356 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:21, Ford, F-350 Regular Cab, F3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,593.00 $50,811.00 $50,828.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $50,373.00 $50,528.00 $50,705.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,328.00 $50,493.00 $50,781.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $50,328.00 $50,573.00 $50,930.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 22/245357 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:22, Ford, F-350 Crew Cab, W3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,208.00 $53,442.00 $53,451.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,988.00 $53,142.00 $53,340.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,942.00 $53,088.00 $53,419.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $52,942.00 $53,188.00 $53,558.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 23/245358 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 1 Ton (DRW) 4x4 Item:23, Ford, F-350 Super Cab, X3H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $52,239.00 $52,472.00 $52,473.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,019.00 $52,173.00 $52,363.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,973.00 $52,119.00 $52,441.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC Garber Ford Inc $51,973.00 $52,219.00 $53,197.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 24/245359 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:24, Chevrolet, Silverado 4500HD Regular Cab, CC56403 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $51,610.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $51,459.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $51,358.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $51,459.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 25/245360 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:25, Ford, F-450 Regular Cab, F4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $50,957.00 $51,178.00 $51,192.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $50,737.00 $50,892.00 $51,072.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,692.00 $50,837.00 $51,148.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $50,692.00 $50,937.00 $51,199.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 26/245361 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:26, Ford, F-450 Crew Cab, W4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,089.00 $53,324.00 $53,331.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $52,869.00 $53,024.00 $53,220.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,824.00 $52,969.00 $53,299.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $52,824.00 $53,069.00 $53,352.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 27/245362 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 Item:27, Ford, F-450 Super Cab, X4G Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Bachrodt FT, LLC dba Palmetto Ford of Miami $52,130.00 $52,362.00 $52,364.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $51,910.00 $52,064.00 $52,253.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,864.00 $52,010.00 $52,331.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $51,864.00 $52,110.00 $52,383.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 28/245363 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:28, Ford, F-450 Regular Cab, F4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,594.00 $53,828.00 $53,840.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $53,374.00 $53,528.00 $53,728.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $53,328.00 $53,474.00 $53,808.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $53,328.00 $53,574.00 $53,862.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 29/245364 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:29, Ford, F-450 Crew Cab, W4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $56,276.00 $56,510.00 $56,548.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $56,056.00 $56,210.00 $56,430.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $56,010.00 $56,156.00 $56,514.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $56,010.00 $56,256.00 $56,570.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 30/245365 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 Item:30, Ford, F-450 Super Cab, X4H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $55,312.00 $55,547.00 $55,576.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Bachrodt FT, LLC dba Palmetto Ford of Miami BOZARD FORD $55,092.00 $55,247.00 $55,460.00 Build Build Build Options Options Options Central Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $55,047.00 $55,192.00 $55,543.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Bachrodt FT, LLC dba Palmetto Ford of Miami Duval Ford LLC BOZARD FORD $55,047.00 $55,292.00 $55,598.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 31/245366 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:31, Ford, Transit T-150 Medium Roof Cargo Van RWD, E1C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,514.00 $46,097.00 $46,380.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,294.00 $45,897.00 $46,114.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,394.00 $45,997.00 $46,209.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,494.00 $46,097.00 $46,403.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 32/245367 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:32, Ford, Transit T-250 Medium Roof Cargo Van RWD, R1C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,377.00 $46,969.00 $47,270.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,157.00 $46,769.00 $46,999.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,257.00 $46,869.00 $47,095.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,357.00 $46,969.00 $47,293.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 33/245368 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:33, Ford, Transit T-250 High Roof Cargo Van RWD, R1X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,287.00 $47,379.00 $48,207.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,067.00 $47,179.00 $47,930.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,167.00 $47,279.00 $48,028.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,267.00 $47,379.00 $48,230.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 34/245369 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:34, Ford, Transit T-350 High Roof Cargo Van RWD, W1X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,423.00 $49,035.00 $49,376.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,203.00 $48,835.00 $49,092.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,303.00 $48,935.00 $49,193.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,403.00 $49,035.00 $49,399.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 35/245370 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:35, Ford, Transit T-350 Medium Roof Cargo Van RWD, W9C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,514.00 $48,117.00 $48,440.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,294.00 $47,917.00 $48,162.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,394.00 $48,017.00 $48,261.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,494.00 $48,117.00 $48,463.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 36/245371 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:36, Ford, Transit T-350 Medium Roof Passenger Van (Wagon) RWD, X2C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,259.00 $52,555.00 $53,918.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,059.00 $52,253.00 $53,558.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,159.00 $52,360.00 $53,506.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,259.00 $52,580.00 $53,609.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 37/245372 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:37, Ford, Transit T-350 High Roof Passenger Van (Wagon) RWD, X2X Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,920.00 $53,229.00 $57,954.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,720.00 $52,924.00 $57,593.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,820.00 $53,032.00 $57,541.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $51,920.00 $53,255.00 $57,644.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 38/245373 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:38, Mercedes-Benz, Sprinter 2500 170 WB 4 cyl. Diesel High Output AWD High Roof Cargo Van, M2CA7H Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $58,007.00 Build Options Northern Primary Tampa Truck Center $58,007.00 Build Options Central Primary Tampa Truck Center $58,007.00 Build Options Southern Primary Tampa Truck Center $58,007.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 39/245374 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Medium/High Roof Item:39, Mercedes-Benz, Sprinter 2500 170 WB 4 cyl. Diesel High Roof Cargo Van, M2CA7S Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $55,094.00 Build Options Northern Primary Tampa Truck Center $55,094.00 Build Options Central Primary Tampa Truck Center $55,094.00 Build Options Southern Primary Tampa Truck Center $55,094.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 40/245375 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:40, Chevrolet, Express 2500 1WT 135 Cargo Van, CG23405 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$38,060.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$37,860.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$37,960.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$38,060.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 41/245376 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:41, Chevrolet, Express 2500 LS 135 Passenger Van, CG23406 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$41,793.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$41,593.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$41,693.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$41,793.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 42/245377 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:42, Chevrolet, Express 2500 1WT 155 Cargo Van, CG23705 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$39,843.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$39,643.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$39,743.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$39,843.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 43/245378 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:43, Chevrolet, Express 3500 1WT 135 Cargo Van, CG33405 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$40,554.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$40,354.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$40,454.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$40,554.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 44/245379 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:44, Chevrolet, Express 3500 LS 135 Passenger Van, CG33406 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$42,504.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$42,304.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$42,404.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$42,504.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 45/245380 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:45, Chevrolet, Express 3500 1WT 155 Cargo Van, CG33705 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$41,304.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$41,104.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$41,204.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$41,304.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 46/245381 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:46, Chevrolet, Express 3500 LS 155 Passenger Van, CG33706 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$43,669.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$43,469.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$43,569.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$43,669.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 47/245382 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:47, Chrysler, Pacica Select, RUCH53 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$42,434.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$42,234.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$42,334.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$42,434.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 48/245383 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:48, Ford, Transit T-150 Low Roof Cargo Van RWD, E1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,382.00 $43,943.00 $44,185.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,162.00 $43,743.00 $43,932.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,262.00 $43,843.00 $44,022.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,362.00 $43,943.00 $44,207.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 49/245384 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:49, Ford, E-350 Cutaway Van, E3F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,500.00 $37,348.00 $37,975.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,280.00 $37,305.00 $37,613.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,380.00 $37,323.00 $37,561.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Duval Ford LLC $37,395.00 $37,665.00 $39,480.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 50/245385 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:50, Ford, E-450 Cutaway Van, E4F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,766.00 $39,669.00 $40,354.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,546.00 $39,622.00 $39,991.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,646.00 $39,642.00 $39,940.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $38,746.00 $39,719.00 $40,043.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 51/245386 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:51, Ford, Transit T-250 Low Roof Cargo Van RWD, R1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,241.00 $44,811.00 $45,070.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,021.00 $44,611.00 $44,812.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,121.00 $44,711.00 $44,903.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,221.00 $44,811.00 $45,092.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 52/245387 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:52, Ford, Transit T-350 Low Roof Cargo Van RWD, W1Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,382.00 $45,804.00 $45,963.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,162.00 $45,530.00 $45,763.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,262.00 $45,687.00 $45,863.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $45,362.00 $45,844.00 $45,963.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 53/245388 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:53, Ford, Transit T-350 Low Roof Passenger Van (Wagon) RWD, X2Y Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $50,012.00 $51,284.00 $53,204.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,812.00 $50,990.00 $52,843.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,912.00 $51,095.00 $52,791.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $50,012.00 $51,309.00 $52,895.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 54/245389 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:54, Kia, Kia Carnival, M4222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $38,500.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $37,750.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $37,750.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $38,500.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 55/245390 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:55, Mercedes-Benz, Sprinter 3500XD 170" WB 6 cyl. Diesel Cab & Chassis/Cutaway, MXCC7H Zone Rank Vendor Price Build File Options File Western Primary Tampa Truck Center $52,524.00 Build Options Northern Primary Tampa Truck Center $52,524.00 Build Options Central Primary Tampa Truck Center $52,524.00 Build Options Southern Primary Tampa Truck Center $52,524.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 56/245391 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:56, Toyota, Sienna LE Hybrid, 5402 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $37,895.00 Build Options Northern Primary Seminole Toyota $37,895.00 Build Options Central Primary Seminole Toyota $37,895.00 Build Options Southern Primary Seminole Toyota $37,895.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 57/245392 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Cargo & Passenger Vans Standard/Low Roof Item:57, Toyota, Sienna AWD LE, 5403 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $39,871.00 Build Options Northern Primary Seminole Toyota $39,871.00 Build Options Central Primary Seminole Toyota $39,871.00 Build Options Southern Primary Seminole Toyota $39,871.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 58/245393 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:58, BrightDrop/General Motors, Zevo 400 FWD, 5J32705 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $78,413.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $78,262.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $78,161.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $78,262.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 59/245394 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:59, BrightDrop/General Motors, Zevo 600 FWD, 5J32905 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $79,924.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $79,773.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $79,673.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $79,773.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 60/245395 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:60, BrightDrop/General Motors, Zevo 400 AWD, 5M32705 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $81,033.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $80,882.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $80,781.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $80,882.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 61/245396 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:61, BrightDrop/General Motors, Zevo 600 AWD, 5M32905 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $82,544.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $82,393.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $82,292.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $82,393.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 62/245397 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:62, Chrysler, Pacica Select PHEV, RUET53 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$52,734.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$52,534.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$52,634.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$52,734.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 63/245398 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:63, Ford, E-Transit T-350 Low Roof Cargo Van Regular Wheelbase, W1Y/99K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,454.00 $48,783.00 $49,645.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,234.00 $48,583.00 $49,143.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,334.00 $48,683.00 $49,505.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $48,434.00 $48,783.00 $49,650.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 64/245399 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:64, Nissan, Leaf S 40kW, 17015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$21,680.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$21,652.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$21,652.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$21,698.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 65/245400 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:65, Nissan, Leaf SV Plus 60kW, 17115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$28,930.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$28,885.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$28,885.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$28,935.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 66/245401 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:66, Tesla, Model 3, Model 3 Long Range AWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$49,498.00 Build Options Northern Primary Tesla, Inc.$49,498.00 Build Options Central Primary Tesla, Inc.$49,498.00 Build Options Southern Primary Tesla, Inc.$49,498.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 67/245402 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:67, Tesla, Model 3, Model 3 RWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$40,935.00 Build Options Northern Primary Tesla, Inc.$40,935.00 Build Options Central Primary Tesla, Inc.$40,935.00 Build Options Southern Primary Tesla, Inc.$40,935.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 68/245403 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:68, Tesla, Model Y, Model Y AWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$51,010.00 Build Options Northern Primary Tesla, Inc.$51,010.00 Build Options Central Primary Tesla, Inc.$51,010.00 Build Options Southern Primary Tesla, Inc.$51,010.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 69/245404 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans Item:69, Tesla, Model Y, Model Y RWD Zone Rank Vendor Price Build File Options File Western Primary Tesla, Inc.$47,988.00 Build Options Northern Primary Tesla, Inc.$47,988.00 Build Options Central Primary Tesla, Inc.$47,988.00 Build Options Southern Primary Tesla, Inc.$47,988.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 70/245405 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:70, Chevrolet, Equinox EV FWD, 1MB48 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,196.00 $34,797.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,996.00 $34,646.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,096.00 $34,546.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $34,196.00 $34,646.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 71/245406 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:71, Chevrolet, Equinox EV AWD, 1MC48 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$38,983.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$38,783.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$38,883.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$38,983.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 72/245407 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:73, Chevrolet, Blazer EV AWD, 1MC26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $48,480.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,796.00 $48,329.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,896.00 $48,228.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $48,329.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 73/245408 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:74, Chevrolet, Silverado EV Crew Cab 4x4, CT35843 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,676.00 $58,272.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,476.00 $58,120.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,576.00 $58,020.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $57,676.00 $58,120.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 74/245409 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:75, Ford, Mustang Mach-E (BEV) Electric, K1R Select Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,895.00 $36,833.00 $37,146.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,769.00 $36,473.00 $36,946.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,769.00 $36,421.00 $37,046.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD SAG COCOA LLC Garber Ford Inc $35,927.00 $36,524.00 $37,146.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 75/245410 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:76, Ford, Escape Plug-in Hybrid FWD, U0E Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,662.00 $36,970.00 $37,591.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,442.00 $36,873.00 $37,391.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,542.00 $36,912.00 $37,491.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,642.00 $37,035.00 $37,591.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 76/245411 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:77, Jeep, Wrangler Sport 4-Door 4xE Hybrid, JLXL74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$51,081.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$50,881.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$50,981.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$51,081.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 77/245412 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:78, Jeep, Grand Cherokee 4xE Hybrid, WLXP74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$62,275.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 78/245413 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:79, Nissan, Ariya Engage AWD, 24015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$34,892.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$34,840.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$34,840.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$34,892.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 79/245414 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:80, Nissan, Ariya Engage FWD, 24415 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$30,812.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$30,755.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$30,755.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$30,840.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 80/245415 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles Item:82, Workhorse, All-Electric Workhorse Class 4 Cab Chassis, W4 CC Zone Rank Vendor Price Build File Options File Western Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Northern Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Central Primary Florida Transportation Systems, Inc.$165,190.00 Build Options Southern Primary Florida Transportation Systems, Inc.$165,190.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 81/245416 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:84, Recon, Hummer EV AWD Power Bike, Hummer EV AWD Zone Rank Vendor Price Build File Options File Western Primary Recon Power Bikes $4,179.00 Build Options Northern Primary Recon Power Bikes $4,179.00 Build Options Central Primary Recon Power Bikes $4,179.00 Build Options Southern Primary Recon Power Bikes $4,179.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 82/245417 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:85, Specialized, Levo Comp Alloy, Levo Comp Alloy Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $5,984.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $5,784.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $5,784.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $6,134.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 83/245418 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: All-Terrain Item:86, Trek, Marlin+, Marlin+ 6 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,655.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,595.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,595.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,655.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 84/245419 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Cargo Item:87, Specialized, Globe ST, Globe ST Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,750.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,550.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,550.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 85/245420 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Cargo Item:88, Trek, Fetch - Cargo E-Bike, Fetch - Cargo E-Bike Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,480.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,480.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,695.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 86/245421 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Commuter Item:90, Specialized, Vado 3.0, Vado 3.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,920.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,820.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,820.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,950.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 87/245422 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Commuter Item:91, Trek, Dual Sport - Commuter E-Bike, Dual Sport - Commuter E-Bike Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,345.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,145.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,145.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,345.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 88/245423 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:96, Recon, Commando Police Power Bike, Commando Zone Rank Vendor Price Build File Options File Western Primary Recon Power Bikes $2,979.00 Build Options Northern Primary Recon Power Bikes $2,979.00 Build Options Central Primary Recon Power Bikes $2,979.00 Build Options Southern Primary Recon Power Bikes $2,979.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 89/245424 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:97, Recon, Interceptor Police Power Bike, Interceptor Zone Rank Vendor Price Build File Options File Western Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Northern Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Central Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options Southern Primary Primary Matheny Fire & Emergency Recon Power Bikes $4,075.00 $4,075.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 90/245425 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:98, Specialized, Tero 3.0, Tero 3.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $2,670.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $2,520.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $2,520.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $2,680.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 91/245426 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:99, Specialized, Turbo TeroX 4.0, Turbo TeroX 4.0 Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,320.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,225.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,225.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,360.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 92/245427 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Electric Bikes & Transporters: Patrol Item:100, Trek, Service - Patrol Front Suspension, Service - Patrol Front Suspension Zone Rank Vendor Price Build File Options File Western Primary TREATY OAK OUTDOORS LLC $4,725.00 Build Options Northern Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Central Primary TREATY OAK OUTDOORS LLC $4,680.00 Build Options Southern Primary TREATY OAK OUTDOORS LLC $4,725.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 93/245428 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:103, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT, CC10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $40,111.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,596.00 $39,960.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,696.00 $39,859.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $39,960.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 94/245429 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:104, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT, CC10743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,795.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,796.00 $40,644.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,896.00 $40,544.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,644.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 95/245430 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:105, Chevrolet, Silverado 1500 Double Cab 1WT, CC10753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,616.00 $38,464.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,416.00 $38,314.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,516.00 $38,213.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $37,616.00 $38,314.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 96/245431 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:106, Chevrolet, Silverado 1500 Regular Cab 1WT, CC10903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,496.00 $37,370.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,296.00 $37,219.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,396.00 $37,119.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,496.00 $37,219.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 97/245432 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:107, Chevrolet, Silverado 2500HD Regular Cab 1WT, CC20903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,793.00 $43,869.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,593.00 $43,718.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,693.00 $43,617.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,793.00 $43,718.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 98/245433 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:108, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT, CC20943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,881.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,996.00 $46,729.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,096.00 $46,629.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,729.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 99/245434 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:109, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT, CC20953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,451.00 $45,018.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,251.00 $44,867.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,351.00 $44,766.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,451.00 $44,867.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 100/245435 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:110, Chevrolet, Silverado 3500HD Regular 1WT DRW, CC30903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,942.00 $46,688.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,742.00 $46,537.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,842.00 $46,436.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,942.00 $46,537.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 101/245436 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:111, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW, CC30943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,596.00 $49,297.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,396.00 $49,146.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,496.00 $49,045.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,596.00 $49,146.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 102/245437 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:112, Chevrolet, Silverado 3500HD Double Cab 1WT DRW, CC30953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,696.00 $47,334.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,496.00 $47,182.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,596.00 $47,082.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,696.00 $47,182.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 103/245438 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:113, ETR/Chevrolet, HD 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$122,259.00 Build Options Northern Primary ETR, L.L.C.$121,539.00 Build Options Central Primary ETR, L.L.C.$121,539.00 Build Options Southern Primary ETR, L.L.C.$122,259.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 104/245439 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:114, ETR/Chevrolet, HD 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$123,699.00 Build Options Northern Primary ETR, L.L.C.$122,979.00 Build Options Central Primary ETR, L.L.C.$122,979.00 Build Options Southern Primary ETR, L.L.C.$123,699.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 105/245440 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:115, ETR/Ford, F-250 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$122,943.00 Build Options Northern Primary ETR, L.L.C.$122,223.00 Build Options Central Primary ETR, L.L.C.$122,223.00 Build Options Southern Primary ETR, L.L.C.$122,943.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 106/245441 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:116, ETR/Ford, F-350 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$124,198.00 Build Options Northern Primary ETR, L.L.C.$123,448.00 Build Options Central Primary ETR, L.L.C.$123,448.00 Build Options Southern Primary ETR, L.L.C.$124,198.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 107/245442 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:117, ETR/Ram, 2500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$126,525.00 Build Options Northern Primary ETR, L.L.C.$125,805.00 Build Options Central Primary ETR, L.L.C.$125,805.00 Build Options Southern Primary ETR, L.L.C.$126,525.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 108/245443 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:118, ETR/Ram, 3500 w/ Flex Special Response Module, SRM8-6RU-1CA; SRM8-7RU Zone Rank Vendor Price Build File Options File Western Primary ETR, L.L.C.$126,795.00 Build Options Northern Primary ETR, L.L.C.$126,075.00 Build Options Central Primary ETR, L.L.C.$126,075.00 Build Options Southern Primary ETR, L.L.C.$126,795.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 109/245444 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:119, Ford, F-150 XL Regular Cab, F1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,261.00 $35,700.00 $35,742.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,041.00 $35,340.00 $35,581.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,141.00 $35,288.00 $35,668.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $35,241.00 $35,391.00 $35,777.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 110/245445 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:120, Ford, F-250 XL Super Duty Regular Cab SRW, F2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,611.00 $42,169.00 $42,182.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $41,391.00 $41,807.00 $41,969.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $41,491.00 $41,963.00 $42,069.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,591.00 $42,169.00 $42,306.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 111/245446 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:121, Ford, F-350 XL Super Duty Regular Cab DRW, F3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,917.00 $44,498.00 $44,532.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,697.00 $44,136.00 $44,298.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,797.00 $44,300.00 $44,398.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,897.00 $44,498.00 $44,663.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 112/245447 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:122, Ford, Ranger 4x2, R4B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,338.00 $30,442.00 $30,501.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,118.00 $30,242.00 $30,382.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,218.00 $30,342.00 $30,442.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $30,318.00 $30,442.00 $30,603.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 113/245448 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:123, Ford, F-150 XL Super Crew Cab, W1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,952.00 $38,461.00 $38,711.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $37,732.00 $38,202.00 $38,261.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,832.00 $38,361.00 $38,540.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $37,932.00 $38,461.00 $38,796.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 114/245449 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:124, Ford, F-250 Super Duty XL Crew Cab, W2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,080.00 $45,650.00 $45,694.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,860.00 $45,288.00 $45,450.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,960.00 $45,456.00 $45,550.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,060.00 $45,650.00 $45,828.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 115/245450 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:125, Ford, F-350 XL Super Duty Crew Cab DRW, W3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,649.00 $57,357.00 $57,503.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $56,429.00 $56,992.00 $57,157.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $56,529.00 $57,257.00 $58,928.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,629.00 $57,357.00 $57,672.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 116/245451 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:126, Ford, Maverick 4x2, W8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,173.00 $26,256.00 $26,304.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $25,953.00 $26,104.00 $26,171.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,053.00 $26,199.00 $26,204.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $26,153.00 $26,302.00 $26,304.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 117/245452 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:127, Ford, F-150 XL Super Cab, X1K Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,825.00 $37,322.00 $37,472.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,605.00 $37,122.00 $37,304.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,705.00 $37,222.00 $37,395.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $36,805.00 $37,322.00 $37,509.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 118/245453 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:128, Ford, F-250 XL Super Duty Super Cab, X2A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,917.00 $44,498.00 $44,555.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,697.00 $43,952.00 $44,298.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,797.00 $44,337.00 $44,398.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,897.00 $44,498.00 $44,703.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 119/245454 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:129, Ford, F-350 XL Super Duty Super Cab DRW, X3C Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $56,021.00 $56,420.00 $57,968.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $55,656.00 $55,821.00 $57,607.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $55,921.00 $56,144.00 $57,555.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $56,021.00 $56,607.00 $57,659.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 120/245455 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:130, GMC, Sierra 1500 Crew Cab 1 SA 4x2, TC10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,742.00 $41,331.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,542.00 $41,180.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,642.00 $41,079.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,742.00 $41,180.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 121/245456 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:131, Nissan, Frontier S V6 4x2 CC A/T, 32115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$30,970.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$30,925.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$30,925.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$30,985.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 122/245457 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:132, Nissan, Frontier SV SWB 4x2 CC A/T, 32315 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$32,662.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$32,612.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$32,612.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$32,597.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 123/245458 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:133, Nissan, Frontier SV LWB 4x2 CC A/T, 33115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,172.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,132.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,112.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,197.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 124/245459 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:134, Ram, 3500 Tradesman Regular Cab DRW, D23L62 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,196.00 $44,428.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $43,996.00 $44,428.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,096.00 $44,428.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,196.00 $44,428.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 125/245460 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:135, Ram, 3500 Tradesman Crew Cab DRW, D23L92 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,326.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,996.00 $46,326.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,096.00 $46,326.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,326.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 126/245461 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:136, Ram, 2500 Tradesman Regular Cab, DJ2L62 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,846.00 $41,170.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,646.00 $41,170.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,746.00 $41,170.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $40,846.00 $41,170.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 127/245462 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:137, Ram, 2500 Tradesman Crew Cab, DJ2L92 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,894.00 $43,140.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,694.00 $43,140.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,794.00 $43,140.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,894.00 $43,140.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 128/245463 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:138, Ram, 1500 Big Horn Quad Cab 4x2 6.4 Bed, DT1H41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,196.00 $40,932.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,996.00 $40,932.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,096.00 $40,932.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $39,196.00 $40,932.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 129/245464 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:139, Ram, 1500 Big Horn Crew Cab 4x2 6.4 Bed, DT1H91 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,365.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,996.00 $46,365.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,096.00 $46,365.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $46,196.00 $46,365.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 130/245465 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:140, Ram, 1500 Big Horn Crew Cab 4x2 5.7 Bed, DT1H98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,826.00 $43,494.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,626.00 $43,494.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,726.00 $43,494.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $41,826.00 $43,494.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 131/245466 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:141, Ram, 1500 Tradesman Quad Cab, DT1L41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,526.00 $39,368.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,326.00 $39,368.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,426.00 $39,368.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $37,526.00 $39,368.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 132/245467 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:142, Ram, 1500 Tradesman Crew Cab, DT1L98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,594.00 $40,560.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,394.00 $40,560.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,494.00 $40,560.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $38,594.00 $40,560.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 133/245468 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:143, Toyota, Tacoma SR Xtra cab 4X2, 7162 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $31,720.00 Build Options Northern Primary Seminole Toyota $31,720.00 Build Options Central Primary Seminole Toyota $31,720.00 Build Options Southern Primary Seminole Toyota $31,720.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 134/245469 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:144, Toyota, Tacoma SR Double Cab 4x2, 7186 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $33,717.00 Build Options Northern Primary Seminole Toyota $33,717.00 Build Options Central Primary Seminole Toyota $33,717.00 Build Options Southern Primary Seminole Toyota $33,717.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 135/245470 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:145, Toyota, Tundra CrewMax SR 4x2, 8248 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $41,138.00 Build Options Northern Primary Seminole Toyota $41,138.00 Build Options Central Primary Seminole Toyota $41,138.00 Build Options Southern Primary Seminole Toyota $41,138.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 136/245471 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:146, Toyota, Tundra SR Double Cab, 8242 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $39,714.00 Build Options Northern Primary Seminole Toyota $39,714.00 Build Options Central Primary Seminole Toyota $39,714.00 Build Options Southern Primary Seminole Toyota $39,714.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 137/245472 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x2 Item:147, Toyota, Tundra SR5 CrewMax, 8261 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $46,530.00 Build Options Northern Primary Seminole Toyota $46,530.00 Build Options Central Primary Seminole Toyota $46,530.00 Build Options Southern Primary Seminole Toyota $46,530.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 138/245473 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:148, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1LT 4x4, CK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $48,696.00 $48,835.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $48,496.00 $48,684.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $48,583.00 $48,596.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $48,684.00 $48,696.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 139/245474 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:149, Chevrolet, Silverado 1500 Crew Cab (Short Bed 147.4) 1WT 4x4, CK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,356.00 $42,603.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,156.00 $42,451.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,256.00 $42,351.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,356.00 $42,451.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 140/245475 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:150, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1LT 4x4, CK10743 Zone Rank Vendor Price Build File Options File Western Primary CARL BLACK OF ORLANDO LLC $49,110.00 Build Options Northern Primary CARL BLACK OF ORLANDO LLC $48,959.00 Build Options Central Primary CARL BLACK OF ORLANDO LLC $48,859.00 Build Options Southern Primary CARL BLACK OF ORLANDO LLC $48,959.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 141/245476 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:151, Chevrolet, Silverado 1500 Crew Cab (Standard Bed 156.9) 1WT 4x4, CK10743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,642.00 $42,884.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,442.00 $42,733.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,542.00 $42,632.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,642.00 $42,733.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 142/245477 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:152, Chevrolet, Silverado 1500 Double Cab 1WT 4x4, CK10753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,166.00 $40,452.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,966.00 $40,301.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,066.00 $40,200.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,166.00 $40,301.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 143/245478 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:153, Chevrolet, Silverado 1500 Regular Cab 1WT 4x4, CK10903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,196.00 $40,577.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $39,996.00 $40,426.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,096.00 $40,325.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $40,196.00 $40,426.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 144/245479 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:154, Chevrolet, Silverado 2500HD Crew Cab (Standard Bed 158.9) 1WT 4x4, CK20743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,182.00 $48,676.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,982.00 $48,525.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,082.00 $48,424.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,182.00 $48,525.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 145/245480 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:155, Chevrolet, Silverado 2500HD Double Cab (Standard Bed 149.4) 1WT 4x4, CK20753 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,813.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,996.00 $46,662.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,096.00 $46,561.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,196.00 $46,662.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 146/245481 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:156, Chevrolet, Silverado 2500HD Regular Cab 1WT 4x4, CK20903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,812.00 $46,352.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,612.00 $46,201.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,712.00 $46,100.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $44,812.00 $46,201.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 147/245482 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:157, Chevrolet, Silverado 2500HD Crew Cab (Long Bed 172) 1WT 4x4, CK20943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,366.00 $48,860.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,166.00 $48,709.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,266.00 $48,608.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,366.00 $48,709.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 148/245483 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:158, Chevrolet, Silverado 2500HD Double Cab (Long Bed 162.4) 1WT 4x4, CK20953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,466.00 $46,997.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,266.00 $46,846.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,366.00 $46,746.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,466.00 $46,846.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 149/245484 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:159, Chevrolet, Silverado 3500HD Regular Cab 1WT DRW 4x4, CK30903 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,068.00 $48,567.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,868.00 $48,416.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,968.00 $48,315.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,068.00 $48,416.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 150/245485 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:160, Chevrolet, Silverado 3500HD Crew Cab 1WT DRW 4x4, CK30943 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,629.00 $51,075.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,429.00 $50,924.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,529.00 $50,823.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,629.00 $50,924.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 151/245486 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:161, Chevrolet, Silverado 3500HD Double Cab 1WT SRW 4x4, CK30953 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,596.00 $48,105.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,396.00 $47,954.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,496.00 $47,853.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $46,596.00 $47,954.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 152/245487 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:162, Ford, F-150 XL Regular Cab 4x4, F1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC BOZARD FORD $39,720.00 $40,386.00 $40,436.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,500.00 $40,024.00 $40,244.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,600.00 $39,972.00 $40,344.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $39,700.00 $40,076.00 $40,444.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 153/245488 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:163, Ford, F-250 XL Super Duty Regular Cab 4x4, F2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,149.00 $44,732.00 $44,768.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $43,929.00 $44,370.00 $44,532.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $44,029.00 $44,535.00 $44,632.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,129.00 $44,732.00 $44,900.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 154/245489 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:164, Ford, F-350 XL Super Duty Regular Cab DRW 4x4, F3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC SAG COCOA LLC Garber Ford Inc $46,463.00 $46,729.00 $47,069.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,243.00 $46,707.00 $46,869.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $46,343.00 $46,969.00 $47,256.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,443.00 $47,069.00 $47,264.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 155/245490 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:165, Ford, Ranger 4x4, R4P Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,710.00 $33,863.00 $33,970.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,490.00 $33,663.00 $33,837.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,590.00 $33,763.00 $33,904.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $33,690.00 $33,863.00 $34,083.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 156/245491 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:166, Ford, F-150 Super Crew Hybrid, W1F Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,639.00 $46,224.00 $46,495.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,419.00 $46,024.00 $46,286.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,519.00 $46,124.00 $46,400.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $45,619.00 $46,224.00 $46,541.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 157/245492 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:167, Ford, F-150 XL Crew Cab 4x4, W1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,504.00 $42,048.00 $42,262.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,284.00 $41,848.00 $41,995.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,384.00 $41,948.00 $42,146.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $41,484.00 $42,048.00 $42,303.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 158/245493 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:168, Ford, F-250 XL Super Duty Crew Cab 4x4, W2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,603.00 $48,221.00 $48,240.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $47,383.00 $47,816.00 $48,021.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $47,483.00 $47,989.00 $48,121.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $47,583.00 $48,221.00 $48,287.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 159/245494 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:169, Ford, F-350 XL Super Duty Crew Cab DRW 4x4, W3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $50,095.00 $50,738.00 $50,826.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $49,875.00 $50,374.00 $50,538.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $49,975.00 $50,561.00 $50,638.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $50,075.00 $50,738.00 $50,975.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 160/245495 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:170, Ford, F-150 XLT Crew Cab 4x4, W3L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,038.00 $44,849.00 $44,879.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,818.00 $44,649.00 $44,721.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $43,918.00 $44,749.00 $44,787.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $44,018.00 $44,849.00 $44,923.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 161/245496 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:171, Ford, Maverick 4x4, W8B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,579.00 $26,667.00 $28,717.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,359.00 $26,581.00 $28,356.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,459.00 $26,610.00 $28,307.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $26,559.00 $26,714.00 $28,409.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 162/245497 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:172, Ford, F-150 XL Super Cab 4x4, X1L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,300.00 $40,832.00 $41,030.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,080.00 $40,632.00 $40,845.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,180.00 $40,732.00 $40,945.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $40,280.00 $40,832.00 $41,070.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 163/245498 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:173, Ford, F-250 XL Super Duty Super Cab 4x4, X2B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,463.00 $46,883.00 $47,069.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $46,243.00 $46,869.00 $47,471.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,343.00 $46,641.00 $46,969.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $46,443.00 $46,929.00 $47,069.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 164/245499 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:174, Ford, F-350 XL Super Duty Super Cab DRW 4x4, X3D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,387.00 $49,464.00 $50,656.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $49,024.00 $49,187.00 $50,299.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD Garber Ford Inc SAG COCOA LLC $49,206.00 $49,287.00 $50,248.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc BOZARD FORD SAG COCOA LLC $49,387.00 $49,609.00 $50,350.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 165/245500 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:175, Ford, F-150 XLT Super Cab 4x4, X3L Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,903.00 $43,695.00 $43,827.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,683.00 $43,541.00 $43,627.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,783.00 $43,605.00 $43,727.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $42,883.00 $43,737.00 $43,827.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 166/245501 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:176, GMC, Sierra 1500 Crew Cab 1 SA 4x4, TK10543 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $43,196.00 $43,318.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $42,996.00 $43,167.00 Build Build Options Options Central Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $43,066.00 $43,096.00 Build Build Options Options Southern Primary Alternate CARL BLACK OF ORLANDO LLC Garber Chevrolet Buick GMC, Inc. $43,167.00 $43,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 167/245502 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:177, GMC, Sierra 2500HD Crew Cab (Standard Bed 158.9) 1SA 4x4, TK20743 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $49,279.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,826.00 $49,128.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,926.00 $49,028.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $47,996.00 $49,128.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 168/245503 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:178, Jeep, Gladiator Sport 4x4, JTJL98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,848.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,648.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,748.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,295.00 $37,848.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 169/245504 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:179, Nissan, Frontier S V6 4x4 CC A/T, 32015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,827.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,773.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,773.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,817.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 170/245505 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:180, Nissan, Frontier SV SWB 4x4 CC A/T, 32215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$35,820.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$35,764.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$35,752.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$35,812.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 171/245506 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:181, Nissan, Frontier SV LWB 4x4 CC A/T, 33215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$36,220.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$36,264.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$36,252.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$36,221.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 172/245507 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:182, Ram, 3500 Tradesman Regular Cab DRW 4x4, D28L62 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$46,913.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$46,713.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$46,813.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$46,913.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 173/245508 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:183, Ram, 3500 Tradesman Crew Cab DRW 4x4, D28L92 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$48,986.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$48,786.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$48,886.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$48,986.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 174/245509 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:184, Ram, 2500 Tradesman Regular Cab 4x4, DJ7L62 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$43,621.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$43,421.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$43,521.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$43,621.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 175/245510 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:185, Ram, 2500 Tradesman Crew Cab 4x4, DJ7L92 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$45,672.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$45,472.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$45,572.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$45,672.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 176/245511 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:186, Ram, 1500 Big Horn Quad Cab 4x4 6.4 Bed, DT6H41 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,807.00 $44,451.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,607.00 $44,451.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,707.00 $44,451.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $42,807.00 $44,451.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 177/245512 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:187, Ram, 1500 Big Horn Crew Cab 4x4 6.4 Bed, DT6H91 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,196.00 $49,944.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $47,996.00 $49,944.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,096.00 $49,944.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $48,196.00 $49,944.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 178/245513 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:188, Ram, 1500 Big Horn Crew Cab 4x4 5.7 Bed, DT6H98 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,455.00 $47,066.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,255.00 $47,066.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,355.00 $47,066.00 Build Build Options Options Southern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,455.00 $47,066.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 179/245514 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:189, Toyota, Tacoma SR Xtra cab 4x4, 7514 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $34,750.00 Build Options Northern Primary Seminole Toyota $34,750.00 Build Options Central Primary Seminole Toyota $34,750.00 Build Options Southern Primary Seminole Toyota $34,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 180/245515 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:190, Toyota, Tacoma SR Double Cab 4x4, 7594 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $36,805.00 Build Options Northern Primary Seminole Toyota $36,805.00 Build Options Central Primary Seminole Toyota $36,805.00 Build Options Southern Primary Seminole Toyota $36,805.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 181/245516 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:191, Toyota, Tundra CrewMax SR 4x4, 8348 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $43,929.00 Build Options Northern Primary Seminole Toyota $43,929.00 Build Options Central Primary Seminole Toyota $43,929.00 Build Options Southern Primary Seminole Toyota $43,929.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 182/245517 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:192, Toyota, Tundra SR Double Cab 4x4, 8342 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $42,668.00 Build Options Northern Primary Seminole Toyota $42,668.00 Build Options Central Primary Seminole Toyota $42,668.00 Build Options Southern Primary Seminole Toyota $42,668.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 183/245518 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pickup Trucks – 4x4 Item:193, Toyota, Tundra SR5 CrewMax 4x4, 8361 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $49,207.00 Build Options Northern Primary Seminole Toyota $49,207.00 Build Options Central Primary Seminole Toyota $49,207.00 Build Options Southern Primary Seminole Toyota $49,207.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 184/245519 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:198, Chevrolet, Blazer EV PPV, 1MF26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,963.00 $56,495.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,763.00 $56,344.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,863.00 $56,243.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $55,963.00 $56,344.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 185/245520 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:199, Chevrolet, Tahoe 4x2 PPV, CC10706/9C1 Zone Rank Price Build File Options File Western Primary $50,976.00 Build Options Northern Primary $50,776.00 Build Options Central Primary $50,876.00 Build Options Southern Primary Vendor Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. Garber Chevrolet Buick GMC, Inc. $50,976.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 186/245521 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:200, Chevrolet, Silverado 4x4 PPV, CK10543/9C1 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,696.00 $51,478.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,496.00 $51,327.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,596.00 $51,226.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $49,696.00 $51,327.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 187/245522 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:201, Chevrolet, Tahoe 4x4 PPV, CK10706/9C1 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,986.00 $55,376.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,786.00 $55,225.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,886.00 $55,124.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,986.00 $55,225.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 188/245523 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:202, Dodge, Durango Pursuit V6 AWD, WDEE75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,196.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $41,996.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,096.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,626.00 $42,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 189/245524 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:203, Dodge, Durango Pursuit V8 AWD, WDEE75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $45,086.00 $45,122.00 Build Build Options Options Northern Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $44,922.00 $45,086.00 Build Build Options Options Central Primary Alternate Garber Chrysler Dodge Truck, Inc. Woody Folsom of Douglas, Inc. $45,022.00 $45,086.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $45,086.00 $45,122.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 190/245525 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:204, Ford, Interceptor Utility AWD 3.0L EcoBoost, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,923.00 $47,040.00 $47,259.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,723.00 $46,820.00 $47,110.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,823.00 $46,920.00 $47,161.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,923.00 $47,020.00 $47,296.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 191/245526 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:205, Ford, Interceptor Utility AWD 3.3L Gas, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,959.00 $44,069.00 $44,320.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,759.00 $43,849.00 $43,981.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,859.00 $43,949.00 $44,133.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $43,959.00 $44,049.00 $44,337.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 192/245527 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:206, Ford, Interceptor Utility AWD Hybrid 3.3L, K8A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,072.00 $46,186.00 $46,395.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $45,872.00 $45,966.00 $46,249.00 Build Build Build Options Options Options Central Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $45,972.00 $46,066.00 $46,299.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Garber Ford Inc Duval Ford LLC BOZARD FORD $46,072.00 $46,166.00 $46,431.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 193/245528 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Pursuit Rated Vehicles Item:207, Ford, Police Responder F-150 Crew Cab 4x4, W1P Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate BOZARD FORD Garber Ford Inc Duval Ford LLC $46,215.00 $46,391.00 $46,399.00 Build Build Build Options Options Options Northern Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,011.00 $46,179.00 $46,191.00 Build Build Build Options Options Options Central Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,079.00 $46,279.00 $46,291.00 Build Build Build Options Options Options Southern Primary Alternate Alternate BOZARD FORD Duval Ford LLC Garber Ford Inc $46,301.00 $46,379.00 $46,391.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 194/245529 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:209, Chevrolet, Silverado 1500 Special Service Vehicle 4x4, CK10543/5W4 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,863.00 $47,470.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,663.00 $47,319.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,763.00 $47,218.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $45,863.00 $47,319.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 195/245530 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:210, Chevrolet, Tahoe 4x4 SSV, CK10706/5W4 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,336.00 $54,735.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,136.00 $54,584.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,236.00 $54,483.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $53,336.00 $54,584.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 196/245531 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Special Service Vehicles Item:211, Ford, Expedition SSV, U1G.102A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $50,113.00 $50,795.00 $52,284.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $49,893.00 $50,595.00 $51,925.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $49,993.00 $50,695.00 $51,874.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $50,093.00 $50,795.00 $52,052.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 197/245532 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:212, Chevrolet, Traverse LS FWD, 1LE56 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$37,796.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$37,596.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$37,696.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$37,796.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 198/245533 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:213, Chevrolet, Blazer FWD, 1NK26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,646.00 $34,816.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,446.00 $34,665.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,546.00 $34,564.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $33,646.00 $34,665.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 199/245534 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:214, Chevrolet, Trailblazer FWD, 1TR56 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $23,096.00 $24,202.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $22,896.00 $24,051.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $22,996.00 $23,950.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $23,096.00 $24,051.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 200/245535 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:215, Chevrolet, Trax FWD, 1TR58 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,128.00 $22,165.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $20,928.00 $22,014.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,028.00 $21,913.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $21,128.00 $22,014.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 201/245536 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:216, Chevrolet, Equinox AWD, 1PT26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,196.00 $31,410.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $29,996.00 $31,259.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,096.00 $31,158.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $30,196.00 $31,259.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 202/245537 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:217, Chevrolet, Equinox FWD, 1PT26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,357.00 $29,548.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,157.00 $29,397.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,257.00 $29,296.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $28,357.00 $29,397.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 203/245538 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:218, Chevrolet, Tahoe 4x2 1FL, CC10706 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$55,822.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$55,622.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$55,722.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$55,822.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 204/245539 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:219, Chevrolet, Suburban 4x2 1FL, CC10906 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$58,149.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$57,949.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$58,049.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$58,149.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 205/245540 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:220, Ford, Expedition MAX Active 4x2, K1H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,659.00 $57,156.00 $57,428.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,439.00 $56,956.00 $57,147.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,539.00 $57,056.00 $57,215.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,639.00 $57,156.00 $57,473.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 206/245541 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:221, Ford, Explorer Active RWD, K7D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $36,447.00 $36,604.00 $37,737.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,227.00 $36,522.00 $37,418.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,327.00 $36,561.00 $37,366.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD SAG COCOA LLC $36,427.00 $36,629.00 $37,469.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 207/245542 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:222, Ford, Escape ST-Line Hybrid FWD, U0M/99Z Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,802.00 $30,882.00 $31,566.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,582.00 $30,830.00 $31,366.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,682.00 $30,845.00 $31,466.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $30,782.00 $30,903.00 $31,566.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 208/245543 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:223, Ford, Expedition Active 4x2, U1H Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,881.00 $54,604.00 $54,848.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,661.00 $54,337.00 $54,648.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,761.00 $54,401.00 $54,748.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $53,861.00 $54,646.00 $54,848.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 209/245544 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:224, GMC, Terrain SLE FWD, TXL26 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$26,934.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$26,734.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$26,834.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$26,934.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 210/245545 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:225, Jeep, Grand Cherokee Laredo 4x2 2-Row, WLTH74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$38,820.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 211/245546 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:226, Jeep, Wagoneer 4x2 Series I, WSTM75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,196.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $61,996.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,096.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $61,272.00 $62,196.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 212/245547 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:227, Kia, Sportage, 42222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $29,300.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $29,750.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $29,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $30,995.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 213/245548 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:228, Kia, Kia Sorento, 73222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $33,750.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $33,950.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $33,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $34,750.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 214/245549 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:229, Kia, Tellluride, J42222 Zone Rank Vendor Price Build File Options File Western Primary Step One Automotive DBA Kia Ft Walton Beach $40,250.00 Build Options Northern Primary Step One Automotive DBA Kia Ft Walton Beach $40,500.00 Build Options Central Primary Step One Automotive DBA Kia Ft Walton Beach $40,995.00 Build Options Southern Primary Step One Automotive DBA Kia Ft Walton Beach $40,995.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 215/245550 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:230, Nissan, Armada SV 4x2, 26115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$52,390.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$52,362.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$52,312.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$52,390.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 216/245551 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:231, Toyota, Corolla Cross L FWD, 6301 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $24,927.00 Build Options Northern Primary Seminole Toyota $24,927.00 Build Options Central Primary Seminole Toyota $24,927.00 Build Options Southern Primary Seminole Toyota $24,927.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 217/245552 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:232, Toyota, Grand Highlander LE FWD, 6700 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $42,438.00 Build Options Northern Primary Seminole Toyota $42,438.00 Build Options Central Primary Seminole Toyota $42,438.00 Build Options Southern Primary Seminole Toyota $42,438.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 218/245553 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:233, Toyota, Highlander LE FWD, 6946 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $37,811.00 Build Options Northern Primary Seminole Toyota $37,811.00 Build Options Central Primary Seminole Toyota $37,811.00 Build Options Southern Primary Seminole Toyota $37,811.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 219/245554 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:234, Toyota, Rav4 LE, 4430 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $28,989.00 Build Options Northern Primary Seminole Toyota $28,989.00 Build Options Central Primary Seminole Toyota $28,989.00 Build Options Southern Primary Seminole Toyota $28,989.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 220/245555 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:235, Nissan, Rogue S FWD, 22115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$26,021.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$25,936.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$25,936.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$25,992.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 221/245556 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x2 Item:236, Nissan, Pathnder S FWD, 25115 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$31,820.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$31,771.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$31,771.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$31,804.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 222/245557 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:237, Chevrolet, Blazer AWD, 1NR26 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,196.00 $37,329.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $35,996.00 $37,178.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,096.00 $37,077.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $36,196.00 $37,178.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 223/245558 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:238, Chevrolet, Traverse LS AWD, 1NV56 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$39,696.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$39,496.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$39,596.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$39,696.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 224/245559 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:239, Chevrolet, Trailblazer AWD LS, 1TV56 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,942.00 $26,084.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,742.00 $25,933.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,842.00 $25,832.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $24,942.00 $25,933.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 225/245560 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:240, Chevrolet, Tahoe 4x4 1FL 21, CK10706 Zone Rank Vendor Price Build File Options File Western Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,665.00 $58,393.00 Build Build Options Options Northern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,465.00 $58,242.00 Build Build Options Options Central Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,565.00 $58,141.00 Build Build Options Options Southern Primary Alternate Garber Chevrolet Buick GMC, Inc. CARL BLACK OF ORLANDO LLC $56,665.00 $58,242.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 226/245561 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:241, Chevrolet, Suburban 4x4 1FL, CK10906 Zone Rank Vendor Price Build File Options File Western Primary Garber Chevrolet Buick GMC, Inc.$60,959.00 Build Options Northern Primary Garber Chevrolet Buick GMC, Inc.$60,759.00 Build Options Central Primary Garber Chevrolet Buick GMC, Inc.$60,859.00 Build Options Southern Primary Garber Chevrolet Buick GMC, Inc.$60,959.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 227/245562 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:242, Ford, Expedition MAX SSV 4x4, K1G.102A Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,766.00 $53,092.00 $55,013.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,546.00 $52,892.00 $54,654.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,646.00 $52,992.00 $54,603.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc SAG COCOA LLC $52,746.00 $53,092.00 $54,705.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 228/245563 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:243, Ford, Explorer Active AWD, K8D Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,299.00 $38,481.00 $38,577.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $38,079.00 $38,377.00 $38,394.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,179.00 $38,436.00 $38,477.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $38,279.00 $38,507.00 $38,577.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 229/245564 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:244, Ford, Bronco Sport, R9B Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $28,009.00 $28,127.00 $28,164.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $27,789.00 $27,964.00 $28,105.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $27,889.00 $28,064.00 $28,119.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $27,989.00 $28,152.00 $28,164.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 230/245565 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:245, Ford, Expedition Active 4x4, U1J Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,637.00 $57,156.00 $57,428.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,417.00 $56,956.00 $57,147.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,517.00 $57,056.00 $57,215.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC Garber Ford Inc BOZARD FORD $56,617.00 $57,156.00 $57,473.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 231/245566 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:246, Ford, Escape ST-Line Select Hybrid AWD, U9N/99Z Zone Rank Vendor Price Build File Options File Western Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,376.00 $32,477.00 $32,989.00 Build Build Build Options Options Options Northern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,156.00 $32,423.00 $32,789.00 Build Build Build Options Options Options Central Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,256.00 $32,439.00 $32,889.00 Build Build Build Options Options Options Southern Primary Alternate Alternate Duval Ford LLC BOZARD FORD Garber Ford Inc $32,356.00 $32,499.00 $32,989.00 Build Build Build Options Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 232/245567 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:248, Jeep, Wrangler Sport 2 Door 4x4 A/T, JLJL72 (24S) Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,194.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $40,994.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,094.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $37,803.00 $41,194.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 233/245568 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:250, Jeep, Wrangler Unlimited Sport 4 Door 4x4 A/T, JLJL74 (24S) Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,121.00 Build Build Options Options Northern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $44,921.00 Build Build Options Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,021.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $41,586.00 $45,121.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 234/245569 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:251, Jeep, Grand Cherokee Laredo 4x4 3 Row, WLJH74 Zone Rank Vendor Price Build File Options File Western Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Northern Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Central Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options Southern Primary Garber Chrysler Dodge Truck, Inc.$40,820.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 235/245570 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:252, Jeep, Wagoneer 4x4 Series I, WSJM75 Zone Rank Vendor Price Build File Options File Western Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,182.00 Build Build Options Options Northern Primary Garber Chrysler Dodge Truck, Inc.$64,982.00 Build Options Central Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,082.00 Build Build Options Options Southern Primary Alternate Woody Folsom of Douglas, Inc. Garber Chrysler Dodge Truck, Inc. $64,139.00 $65,182.00 Build Build Options Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 236/245571 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:253, Nissan, Rogue S AWD, 22015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$27,422.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$27,371.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$27,371.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$27,420.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 237/245572 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:254, Nissan, Pathnder S 4x4, 25015 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$33,560.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$33,511.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$33,511.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$33,544.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 238/245573 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:255, Nissan, Armada SV 4x4, 26215 Zone Rank Vendor Price Build File Options File Western Primary Terry Taylor’s DeLand Nissan, Inc.$55,050.00 Build Options Northern Primary Terry Taylor’s DeLand Nissan, Inc.$55,010.00 Build Options Central Primary Terry Taylor’s DeLand Nissan, Inc.$54,990.00 Build Options Southern Primary Terry Taylor’s DeLand Nissan, Inc.$55,145.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 239/245574 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:256, Toyota, Corolla Cross S hybrid AWD, 6312 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $29,058.00 Build Options Northern Primary Seminole Toyota $29,058.00 Build Options Central Primary Seminole Toyota $29,058.00 Build Options Southern Primary Seminole Toyota $29,058.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 240/245575 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:257, Toyota, Grand Highlander LE AWD, 6706 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $43,928.00 Build Options Northern Primary Seminole Toyota $43,928.00 Build Options Central Primary Seminole Toyota $43,928.00 Build Options Southern Primary Seminole Toyota $43,928.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 241/245576 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:258, Toyota, Grand Highlander LE hybrid AWD, 6720 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $45,618.00 Build Options Northern Primary Seminole Toyota $45,618.00 Build Options Central Primary Seminole Toyota $45,618.00 Build Options Southern Primary Seminole Toyota $45,618.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 242/245577 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:259, Toyota, Rav4 LE AWD, 4432 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $30,339.00 Build Options Northern Primary Seminole Toyota $30,339.00 Build Options Central Primary Seminole Toyota $30,339.00 Build Options Southern Primary Seminole Toyota $30,339.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 243/245578 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:260, Toyota, Rav4 LE Hybrid AWD, 4435 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $31,939.00 Build Options Northern Primary Seminole Toyota $31,939.00 Build Options Central Primary Seminole Toyota $31,939.00 Build Options Southern Primary Seminole Toyota $31,939.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 244/245579 Intent to Award Contract: FSA24-VEL32.0, Pursuit, Administrative, and Other Vehicles Group:Utility & Hybrid Utility Vehicles – 4x4 and AWD Item:261, Toyota, Sequoia SR5 4x4 Hybrid, 7947 Zone Rank Vendor Price Build File Options File Western Primary Seminole Toyota $60,883.00 Build Options Northern Primary Seminole Toyota $60,883.00 Build Options Central Primary Seminole Toyota $60,883.00 Build Options Southern Primary Seminole Toyota $60,883.00 Build Options 9/16/24, 4:50 PM Intent to Award | VendorLink https://www.myvendorlink.com/internal/staff/awardintentzone 245/245580 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles How to Order 581 582 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Awarded Vendor Contract Signature Pages 583 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 357631E7-C235-4554-911F-40A9D5927A2B crodgers@palmettofordtrucks.com 7245 NW 36th Street, Miami, FL. 33166 Charlie Rodgers 9/19/2024 Bachrodt, FT, LLC dba Palmetto Ford of Miami 584 585 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 9F7B8211-3003-4D11-A5B7-156C4A9D7F87 9/18/2024 11500 E Colonial Dr, Orlando, FL 32817 Edgar Massoni emassoni@carlblack.com CARL BLACK OF ORLANDO, LLC 586 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: FF726FC8-A599-4986-956D-78025E843C91 1616 cassat ave jacksonville fl 32210 9/19/2024 Richard Tackett Duval Ford llc RICHARD.TACKETT@DUVALFORD.COM 587 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 8E97A5C9-70D4-4620-8898-8D3E24821076 9/23/2024 ETR, L.L.C. 700 South French Ave., Sanford Fl 32771 Jerry Michaluk JERRY@ETRLLC.ORG 588 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 94B20809-0749-4E7A-A9EF-EB77A26DDC8B Robert Frick 9/23/2024 Florida Transportation Systems 6041 Orient Road Tampa, FL 33610 rfrick@fts4buses.com 589 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: E350C9D6-C83F-46C6-87C4-DE290FA6481A 3340 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 Garber Chevrolet Buick GMC, Inc. 9/17/2024 Daniel Drake ddrake@garberautomall.com 590 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: D87570C4-8E31-4C89-A24B-6DF7C522A03C 9/17/2024 3408 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 Garber Chrysler Dodge Truck, Inc. rdavis@garberautomall.com Ryan Davis 591 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: DF5823C2-4B43-4BEF-BD76-D8DC49F37B4F Garber Ford, Inc. TBRANDT@GARBERAUTOMALL.COM Todd Brandt 3380 Hwy 17 (Mailing PO Box 1600) Green Cove Springs, FL 32043 9/17/2024 592 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: C21E7697-0AA6-4C8B-8BA6-BB46B494E8C6 Dee Daniels DDaniels@mathenyfire.com 725 SW 46th Ave, Ocala, FL 34474 9/17/2024 Matheny Fire & Emergency 593 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 70FB2C82-B62E-4101-ABE2-05988B3EF173 9/18/2024 Recon Power Bikes Chris Warren 327 Ley Road, Fort Wayne, IN 46825 chris@reconpowerbikes.com 594 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: D03405F0-87AF-4926-BE7B-BBF413C32A13 1360 W KING STEET COCOA FL 32922 SAG COCOA LLC DBA COCOA FORD Alex Kadish 9/17/2024 AKADISH@SUTTONAUTOTEAM.COM 595 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 8A485132-0701-4B0E-8374-187ECF729792 Seminole Toyota 9/20/2024 Sam Bunte 1160 Rinehart Rd Sanford, FL 32771 sbunte@vtaig.com 596 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: ACC656BE-F359-47CB-A6CE-F3FC5DEA5240 Eric Jore 9/23/2024 KIA Ft Walton Beach ejore@aol.com 343 Miracle Strip Parkway Ft Walton Beach Fl 32548 597 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 39C99646-E9B6-495E-9007-36A4D64D95C0 Tampa Truck Center LLC 9/20/2024 Scott Endris sendris@southporttruck.com 7528 US HWY 301 N Tampa, FL 33637 598 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 224270ED-5A41-474F-979A-C260BD8BF75B Terry Taylor's DeLand Nissan Howard Williams howardwilliams@cfl.rr.com 2600 South Woodland Blvd DeLand Florida 32720 9/18/2024 599 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: B314A8F6-FDB4-4F22-BA3A-E3230A0F5DA7 9/23/2024 mdunmire@tesla.com McLean Dunmire Tesla, Inc 1 Tesla Road Austin, TX 78725 600 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 00F29956-C779-4747-9540-1764794C01D0 Treaty Oak Outdoors LLC Jared Davis 9/19/2024 2677 Fairway Farms Ct Jacksonville, FL 32223 JARED.DAVIS@TREATYOAKCYCLE.COM 601 FSA Contract Number Bidder Company Name CONTRACT SIGNATURE FORM By submitting a response to this Invitation to Bid and signing this form, the Bidder declares that he or she has read, and the company understands, accepts and will comply with the terms, conditions and specifications of this bid and any addenda issued. The failure or omission to review this document shall in no way relieve the authorized agent of obligations with respect to this bid. The submission of a bid and signature below shall be taken as evidence of acceptance of the terms and conditions of this bid. The Bidder further declares that no other persons other than the authorized agent herein named has any interest in this bid or in the contract to be taken, and that it is made without any connection with any other person or persons making proposal for the same article, and is in all respects fair and without collusion or fraud. The Bidder further declares that they have carefully examined the specifications and is thoroughly familiar with its provisions and with the quality, type and grade of materials required. The Bidder further declares that they have provided a discount on all factory options included in this bid, and such discount will be included in all purchase orders. The Bidder further declares that the company understands the financial responsibility associated with this bid as stated and further declares that it has the ability to meet the financial responsibility associated with this bid. The Bidder further declares that the company will furnish the items awarded for the price bid. FSA Contract Number Bidder Company Name Business Address Name of Authorized Agent Email address of authorized agent Signature Date 13 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles Docusign Envelope ID: 88D8DAF1-AF79-4639-B37D-B780515B5BC4 1280 SE Bowens Mill Rd Douglas, GA 31533 martys@woodyfolsom.com Marty Stafford Woody Folsom of DOuglas, Inc. 9/18/2024 602 A. B. C. D. E. F. G. H. I. J. K. FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Base Specifications 603 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Bid Item Groups All bid items shall be built to manufacturer base specifications for the item or model number indicated and shall include all standard manufacturer equipment unless otherwise specified. If not already included in manufacturer standard equipment and base specifications, all vehicles shall include manufacturer standard automatic transmission and power locks and windows. When requested by the purchaser, vendors must submit detailed specifications for the item and options offered. •Administrative Sedans •Cab and Chassis Trucks: 1 Ton (DRW) 4x2 •Cab and Chassis Trucks: 1 Ton (DRW) 4x4 •Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x2 •Cab and Chassis Trucks: 15,000 lbs. GVWR (DRW) 4x4 •Cargo & Passenger Vans Medium/High Roof •Cargo & Passenger Vans Standard/Low Roof •Electric & Plug-In Hybrid Electric Vehicles: Administrative Sedans & Vans •Electric & Plug-In Hybrid Electric Vehicles: Pickup Trucks & Utility Vehicles •Electric Bikes & Transporters: All-Terrain •Electric Bikes & Transporters: Cargo •Electric Bikes & Transporters: Commuter •Electric Bikes & Transporters: Patrol •Electric Bikes & Transporters: Transporters •Pickup Trucks – 4x2 •Pickup Trucks – 4x4 •Pursuit Rated Vehicles* •Pursuit Rated Motorcycles •Special Service Vehicles* •Utility & Hybrid Utility Vehicles – 4x2 •Utility & Hybrid Utility Vehicles – 4x4 and AWD *Indicates additional FSA base specification requirements 604 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Pursuit Rated Vehicles In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Item Group Description •Standard two (2) keys and/or fobs with one (1) additional key/fob •Heavy duty rubber floor covering instead of carpet •Manufacturer’s standard production seats with power adjustable driver’s seat •Vinyl rear seat •Driver-side LED spotlight 605 FSA24-VEL32.0: Pursuit, Administrative, and Other Vehicles FSA Base Specifications Special Service Vehicles In addition to the manufacturer base specification for the item or model number indicated, items in this group must meet the following FSA base specification: FSA Item Group Description •Standard two (2) keys and/or fobs with one (1) additional key/fob •Heavy duty rubber floor covering instead of carpet •Manufacturer’s standard production seats with power adjustable driver’s seat 606 2.03 Contract: FSA22- VEL30.0 – Pursuit, Administrative and Other Vehicles Contract: FSA22- FSA Cooperative Purchasing Program FSA24-VEL32.0: Pursuit, Administrative, & Other Vehicles Terms and Conditions 607 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 1 Table of Contents 1.0 GENERAL CONDITIONS ............................................................................................................ 5 1.01 BID CORRESPONDENCE ............................................................................................... 5 1.02 PURPOSE ..................................................................................................................... 5 1.03 TERM OF CONTRACT ................................................................................................... 5 1.04 JURISDICTION .............................................................................................................. 5 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER ......................................................... 5 1.06 FUNDING ..................................................................................................................... 6 1.07 CURRENCY ................................................................................................................... 6 1.08 GENERAL DEFINITIONS ................................................................................................ 6 1.09 ELIGIBLE PURCHASERS OF CONTRACT ......................................................................... 8 1.10 LEGAL REQUIREMENTS ................................................................................................ 8 1.11 PATENTS & ROYALTIES ................................................................................................ 9 1.12 FEDERAL AND STATE STANDARDS ............................................................................... 9 1.13 UNDERWRITERS’ LABORATORIES ................................................................................ 9 1.14 AMERICANS WITH DISABILITIES ACT ........................................................................... 9 1.15 REASONABLE ACCOMMODATION ............................................................................... 9 1.16 DISADVANTAGED BUSINESSES .................................................................................... 9 1.17 ANTI-DISCRIMINATION .............................................................................................. 10 1.18 BEST COMMERCIAL PRACTICES ................................................................................. 10 1.19 PUBLIC ENTITY CRIMES (PEC) .................................................................................... 10 1.20 TAX EXEMPTION ........................................................................................................ 10 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT ............................................... 10 1.22 COMMUNICATIONS ................................................................................................... 11 1.23 CLARIFICATION AND ADDENDA ................................................................................. 11 1.24 SIGNED BID CONSIDERED AN OFFER ......................................................................... 11 1.25 ASSIGNMENT OF CONTRACT ..................................................................................... 12 1.26 TERMINATION OF PRODUCT LINE ............................................................................. 12 1.27 DEMONSTRATION OF COMPETENCY ......................................................................... 12 1.28 VENDOR ABILITY TO PERFORM .................................................................................. 13 608 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 2 1.29 FINANCIAL RESPONSIBILITY ....................................................................................... 13 1.30 QUALITY AND SAFETY ................................................................................................ 13 1.31 NONCONFORMANCE ................................................................................................. 14 1.32 GRATUITIES ............................................................................................................... 14 1.33 TIE BIDS ..................................................................................................................... 14 1.34 RIGHT TO AUDIT ........................................................................................................ 14 1.35 LICENSES AND PERMITS ............................................................................................. 15 1.36 PERFORMANCE BONDS ............................................................................................. 15 1.37 ELIMINATION FROM CONSIDERATION ...................................................................... 15 1.38 INDEPENDENT PREPARATION .................................................................................... 15 1.39 DEFAULT .................................................................................................................... 16 1.40 PROTESTS AND ARBITRATION ................................................................................... 16 1.41 NONPERFORMANCE .................................................................................................. 17 1.42 SEVERABILITY............................................................................................................. 18 1.43 TERMINATION FOR CAUSE ........................................................................................ 18 1.44 TERMINATION WITHOUT CAUSE ............................................................................... 18 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO ............................................... 19 2.0 BIDDER INSTRUCTIONS ......................................................................................................... 20 2.01 QUALIFICATION ......................................................................................................... 20 2.02 LICENSING AND FACILITIES ........................................................................................ 20 2.03 INSURANCE AND INDEMNIFICATION ......................................................................... 21 2.04 SPECIFICATIONS ......................................................................................................... 23 2.05 SEALED BIDS .............................................................................................................. 23 2.06 MISTAKES .................................................................................................................. 23 2.07 EXCEPTIONS ............................................................................................................... 23 2.08 EQUIVALENTS ............................................................................................................ 24 2.09 MANDATORY PRE-BID MEETING ............................................................................... 24 2.10 PRICES QUOTED......................................................................................................... 24 2.11 COST-PLUS-PERCENT PRICING ................................................................................... 25 2.12 OPTION PRICING ........................................................................................................ 25 2.13 EMERGENCY LIGHTS AND SIRENS .............................................................................. 26 609 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 3 2.14 BID SUBMISSION ....................................................................................................... 27 2.15 ZONE BIDDING ........................................................................................................... 28 2.16 EXECUTION OF BID .................................................................................................... 28 2.17 MODIFICATION OR WITHDRAWALS OF BIDS ............................................................. 28 2.18 LATE BIDS .................................................................................................................. 28 2.19 BID OPENING ............................................................................................................. 28 2.20 DETERMINATION OF RESPONSIVENESS ..................................................................... 29 2.21 RESPONSIBLE BIDDER CRITERIA ................................................................................. 29 2.22 BASIS FOR AWARD .................................................................................................... 29 2.23 BID TABULATIONS ..................................................................................................... 30 2.24 MINOR IRREGULARITIES/RIGHT TO REJECT ............................................................... 30 2.25 CONE OF SILENCE ...................................................................................................... 30 3.0 CONTRACT CONDITIONS ....................................................................................................... 31 3.01 GENERAL REQUIREMENTS ......................................................................................... 31 3.02 STATEMENT OF AUTHORITY ...................................................................................... 31 3.03 VENDOR CONTACT INFORMATION ............................................................................ 31 3.04 ADDITIONS OR DELETIONS ........................................................................................ 31 3.05 CONTRACT EXTENSION .............................................................................................. 31 3.06 PRICE ADJUSTMENT .................................................................................................. 32 3.07 CONDITIONS .............................................................................................................. 32 3.08 PRODUCTION CUTOFF ............................................................................................... 33 3.09 FACILITIES .................................................................................................................. 33 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES............................................................. 33 3.11 SPECIAL SERVICE VEHICLES ........................................................................................ 33 3.12 CAB AND CHASSIS PURCHASES .................................................................................. 33 3.13 FACTORY-INSTALLED OPTIONS .................................................................................. 33 3.14 VENDOR-INSTALLED OPTIONS ................................................................................... 34 3.15 NON-SCHEDULED OPTIONS ....................................................................................... 34 3.16 FORCE MAJEURE ........................................................................................................ 34 3.17 PURCHASE ORDERS ................................................................................................... 34 3.18 REGISTRATION, TAG, AND TITLE ................................................................................ 35 610 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 4 3.19 DELIVERY ................................................................................................................... 35 3.20 INSPECTION AND ACCEPTANCE ................................................................................. 36 3.21 INVOICING AND PAYMENTS ...................................................................................... 37 3.22 WARRANTY ................................................................................................................ 37 3.23 QUARTERLY REPORTS ................................................................................................ 37 3.24 ADMINISTRATIVE FEE ................................................................................................ 37 3.25 LIQUIDATED DAMAGES ............................................................................................. 38 Appendix A: Zone Map ............................................................................................................ 40 Appendix B. Bid Calendar ........................................................................................................ 41 Appendix C: ACH Payments ..................................................................................................... 42 Appendix D: Federal Clauses ................................................................................................... 43 611 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 5 1.0 GENERAL CONDITIONS 1.01 BID CORRESPONDENCE All correspondence regarding this bid should be directed to the Florida Sheriffs Association, “FSA”. Please be sure to reference the bid number and title and provide your contact information. Communication for this Invitation to Bid should be identified by contract number and title and directed to: Florida Sheriffs Association Attn: Cooperative Purchasing Program Coordinator 2617 Mahan Drive Tallahassee, FL 32308 E-mail: CPP@flsheriffs.org 1.02 PURPOSE The Florida Sheriffs Association invites interested Bidders, including manufacturers and dealers or authorized representatives to submit responses in accordance with these solicitation documents. The FSA Cooperative Purchasing Program will conduct the solicitation process and administer the resulting contract. The purpose of this bid is to establish contracts with manufacturers and manufacturers’ authorized dealers for contract terms specified under Section 1.03 for the purchase of items on a “no trade-in basis.” 1.03 TERM OF CONTRACT The term for Contracts FSA24-VEL32.0 Pursuit, Administrative and Other Vehicles shall remain in effect for one year from date of contract execution by the FSA, and may be extended by mutual agreement, at the sole option and discretion of the FSA. The initial term of these contracts begins October 1, 2024, and ends September 30, 2025. Contract extensions will only be executed when the FSA determines, based on then-existing conditions, that it is in the best interest of the FSA and the purchasers to do so. 1.04 JURISDICTION This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Venue shall lie in the appropriate court in and for Leon County, Florida. 1.05 SHERIFF AS COUNTY CONSTITUTIONAL OFFICER The Offices of the Sheriff in the State of Florida are constitutional offices of the State of Florida. Each has the authority either individually or collectively to execute contracts for all goods and services for the proper conduct of that office. Section 30.53, Florida Statutes, exempts the sheriffs’ offices from the provisions of the Florida Statute that would otherwise require sealed and competitive bidding procedures. The Office of the Sheriff is not required by law to accept the lowest priced proposal and may reject any or all of the proposals without recourse. Bidders are solely responsible for their own bid preparation costs and nothing in this 612 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 6 solicitation in any way obligates the participating sheriffs’ offices for any payment for any activity or costs incurred by any Bidder in responding to this solicitation. 1.06 FUNDING In the case of certain purchasers, including state agencies, funds expended for the purposes of the contract must be appropriated by the Florida Legislature, the individual participating agency or the agency’s appropriating authority for each fiscal year included within the contract period. For such agencies, their performances and obligations to pay for products or services under any resulting contract, or purchase order, are contingent upon such an annual appropriation by the Legislature, individual agency or by the appropriating authority. Therefore, any contract or purchase order with such an agency shall automatically terminate without penalty or termination costs in the event of non-appropriation. 1.07 CURRENCY All transaction amounts, bids, quotes, provisions, payments or any part of this contract relating to currency are to be made in United States Dollars. 1.08 GENERAL DEFINITIONS The terms used in this contract are defined as the following: A. Bidder: A business or enterprise that submits a formal bid to the Florida Sheriffs Association Cooperative Purchasing Program in accordance with the Florida Sheriffs Association Cooperative Purchasing Program Terms and Conditions. A bidder, that is not the manufacturer, must be authorized by the manufacturer to market and sell an item for which they are bidding. B. Bid System: The online forum used for the submission of bids and review of bid results for the specifications connected to this Invitation to Bid. VendorLink is the software used for this bid. C. Build Sheet: A document from the Bidder that confirms that the item submitted meets or exceeds the FSA Base Specifications. Build sheets include, but are not limited to, the factory options list and door data plate information for vehicles that include details such as engine size and transmission, paint codes, production date, axle code, etc. D. Dealer: An enterprise authorized by the manufacturer to market, sell, provide, and service the items for the Florida Sheriffs Association Cooperative Purchasing Program. Dealers may be Vendor-owned and controlled, in whole or in part, or independently owned and controlled. E. End User: A term used to distinguish the person who ultimately uses or is intended to use a product or for whom a product is designed for use. F. Factory: Refers to the manufacturer produced products. G. Fleet Advisory Committee (committee): An employee of a sheriff’s office or other local governmental agency, or person who FSA CPP identifies as a subject matter expert who assists with the development of bid specifications and evaluation of bid responses. The committee makes recommendations to the FSA CPP and is not responsible for final awards. 613 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 7 H. Florida Sheriffs Association Cooperative Purchasing Program (FSA CPP): The entity that administers the Invitation to Bid and contract administration functions for the resulting contract(s). I. FSA Base Specifications: Written descriptions of the minimum requirements for each item or item group developed by the FSA CPP for Bidders to bid on. These item requirements may be unique to FSA CPP and require additional components to the manufacturer’s standard item. J. Invitation to Bid: A competitive solicitation and award process established through the issuance of an invitation to Bidders, vendors, dealers and manufacturers to submit a price offer on a specific product to be provided. This term shall include the FSA Base Specifications available to Bidders on the Bid System and references to solicitation documents. The term shall not include requests for proposals, requests for quotes, requests for letters of interest, or the solicitation of purchase orders based on oral or written quotations. K. Manufacturer: The original producer or provider of items offered on this contract. L. Manufacturer’s Suggested Retail Price (MSRP): The Manufacturer’s recommended retail selling price, list price, published list price, or other usual and customary price that would be paid by the purchaser. The following are acceptable sources of current MSRPs and MSRP Lists for use in submission of the bid solicitation and the resulting contract: a. Manufacturer’s Computer Printouts b. Chrome Systems, Inc.’s PC Carbook Plus and PC Carbook Fleet Edition c. Manufacturer’s Annual U.S. Price Book d. Manufacturer’s official website M. Non-Scheduled Option: Any optional new or unused component, feature or configuration that is not included or listed in the FSA Base Specifications or options provided by the Vendor. N. Production Cutoff: A date used by manufacturers to notify vendors and dealers that the manufacturer has reached maximum capacity for orders or are discontinuing the production of an item. Vehicle manufacturers use this term when referring to any given model year for production. O. Published List Price: A standard “quantity of one” price currently available to government and educational purchasers, excluding cooperative or volume discounts. P. Purchase Order: An official request for order from a purchaser to an awarded Vendor for an item that has been awarded on this contract. Purchase Orders placed using this contract formalize the terms and conditions of this contract under which a Vendor furnishes items to a purchaser. Q. Purchaser: A purchaser is an entity that seeks to obtain items awarded on this contract by meeting the eligible user criteria. R. Qualifications Packet: This document contains the required forms, attestations, authorizations, and organizational information needed by Bidders to submit a successful and complete bid. S. Terms & Conditions: This document, which serves as the governing Invitation to Bid and contract for the identified FSA CPP Invitation to Bid and resulting contract(s). Standard regulations, processes, procedures, and compliance requirements are identified herein. Bidders complete a Qualifications Packet during the 614 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 8 bid process indicating they agree to comply with the Terms & Conditions, and that this will serve as a contract for both parties, should the Bidder(s) receive award. T. Third Party Supplier: Businesses external to a Bidder or Vendor that provide products and services which contribute to the overall finished item in this contract. Third Party Suppliers are contractors under the direction and responsibility of the Bidder or Vendor. U. Vendor: The Bidder(s) that receive award, who agree to provide the contract items that meet the requirements and FSA Base Specifications of the contract. The Vendor must agree to the Terms & Conditions, which will serve as the governing contract. If the Vendor is not the manufacturer, the Vendor must be authorized by the manufacturer to market, sell, provide, and service all awarded items. V. Vendor Installed: A product or service provided by the Vendor or other third party; not the factory. 1.09 ELIGIBLE PURCHASERS OF CONTRACT Awarded bid contract pricing will be extended and guaranteed to the Florida Sheriffs Association, any unit of local government, political subdivision or agency of the State of Florida. This includes, but is not limited to counties, municipalities, sheriffs’ offices, clerks, property appraisers, tax collectors, supervisors of elections, school boards or districts, water management districts, other special districts, police and fire departments, emergency response units, state universities and colleges, or other state, local or regional government entities within the State of Florida. Eligible purchaser also includes all Eligible Users as defined in F.A.C. 60A-1.001(2). All purchasers are bound by applicable Federal and State law, local ordinances, rules and regulations for purchases made under this contract. Participating agencies cannot guarantee any order other than those ordered by the individual agency. In addition, awarded bids can be extended and guaranteed to other entities, which can include out-of-state sales, in accordance with Vendors’ individual manufacturers’ agreements. Vendors that wish to extend contract pricing to entities other than those defined here are governed by their manufacturers’ agreements and must agree to the Terms & Conditions. 1.10 LEGAL REQUIREMENTS Federal, State, and local laws, ordinances, rules and regulations, including any applicable motor vehicle dealer laws, that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder of applicable legal requirements will in no way be a cause for relief from responsibility. Bidders have the option to certify that they are willing to accept purchase orders funded in whole or in part with federal funds. By opting in, Bidders certify that they are willing to comply with the requirements outlined in Appendix D upon receipt of a federally funded purchase order. This is not a requirement of the Invitation to Bid or contract. Bidders are not required to opt-in; however, they are required to indicate whether they will opt-in or opt- out of receiving federally funded purchase orders. FSA CPP has taken actions to provide and develop information, materials, and resources for Bidders, Vendors and purchasers that will assist in the use of federal funding with this contract. It is the responsibility of the purchaser to determine compliance for each Vendor, if they wish to use federal funds for purchase or intend to request reimbursements using federal funds. 615 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 9 1.11 PATENTS & ROYALTIES The Bidder/Vendor, without exception, shall indemnify and hold harmless the Florida Sheriffs Association (FSA) and its employees from liability of any nature or kind, including costs and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the FSA or a purchaser. If the Bidder/Vendor uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or costs in any way arising, directly or indirectly, from the use of such design, device, or materials in any way involved in the work. 1.12 FEDERAL AND STATE STANDARDS It is the intent of FSA CPP that all specifications herein are in full and complete compliance with all Federal and State of Florida laws, requirements, and regulations applicable to the type and class of commodities and contractual services being provided. In addition, any applicable Federal or State legal or regulatory requirements that become effective during the term of the Terms & Conditions, regarding the items and services specifications, safety, and environmental requirements shall immediately become a part of the Terms & Conditions. The Vendor shall meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Vendor shall contact the FSA CPP immediately. 1.13 UNDERWRITERS’ LABORATORIES Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall be Underwriters’ Laboratories, or U.L., listed or re-examination listing where such has been established by U.L. for the item(s) offered and furnished. 1.14 AMERICANS WITH DISABILITIES ACT To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, or any accommodation to review any document or participate in any FSA sponsored proceeding, please contact FSA Human Resources at (850) 877-2165 five business days in advance to initiate your request. TTY users may also call the Florida Relay Service at 711. 1.15 REASONABLE ACCOMMODATION In accordance with the Title II of the Americans with Disabilities Act, any person requiring an accommodation because of a disability at the bid opening must contact the FSA Human Resources at (850) 877-2165. 1.16 DISADVANTAGED BUSINESSES As part of the solicitation process FSA CPP makes information publicly available to potentially qualified entities, and conducts additional outreach to qualified: • Small businesses, • Minority-owned small businesses, • Women-owned small business enterprises, and 616 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 10 • Disadvantaged business enterprises. FSA CPP takes necessary affirmative steps to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used, when possible, as recommended by 2 C.F.R. § 200.321. FSA CPP will: • Evaluate whether small, minority, and women’s businesses are potential sources, • Place those qualified small and minority businesses and women’s business enterprises on solicitation lists, and • Search the Small Business Administration, Minority Business Development Agency, and Labor Surplus Area reports for additional potential sources. Bidders self-certify in the Qualifications Packet whether they meet the state and federal definitions of a small business, minority-owned small business, women-owned small business enterprise, and disadvantaged business. 1.17 ANTI-DISCRIMINATION The Bidder certifies that they are in compliance as applicable by federal or state law with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 1.18 BEST COMMERCIAL PRACTICES The apparent silence or omission of any description from the specifications shall be regarded as meaning that only the best commercial practices, size, and design are to be used. All workmanship is to be first quality. All interpretations of FSA Base Specifications shall be upon the basis of this statement. 1.19 PUBLIC ENTITY CRIMES (PEC) In accordance with the Public Entity Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list, maintained by the State of Florida Department of Management Services following a conviction for public entity crimes, may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a vendor, supplier, sub-vendor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 1.20 TAX EXEMPTION Purchasers making a purchase pursuant to the awarded bid are generally exempt from Federal Excise and State Sales Tax. It is the responsibility of the Vendor to verify that the purchaser is exempt by obtaining the purchaser’s Federal Excise and State Taxes and Use Certificate Number. The Florida Sheriffs Association is a 501(c)3 organization and is exempt from all Federal Excise and State Taxes. The FSA State Sales Tax and Use Certificate Number is 85-8012646919C-3. 1.21 ORDER OF PRECEDENCE IN THE EVENT OF CONFLICT In the event of conflict, the conflict may be resolved in the following order of priority (highest to lowest): 617 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 11 • Addenda to Contract Terms & Conditions, if issued • Contract Conditions • General Conditions • Addenda to FSA Base Specifications, if issued • FSA Base Specifications • Bidder Instructions 1.22 COMMUNICATIONS Communications between a Bidder, lobbyist or consultant and FSA are limited to matters of process or procedure and shall be made in writing to the FSA CPP Staff. Bidders should not rely on representations, statements, or explanations other than those made in this Invitation to Bid or in any written addendum to this Invitation to Bid, and no oral representations, statements, or explanations shall be deemed to bind the FSA or eligible users. 1.23 CLARIFICATION AND ADDENDA Any questions or clarifications concerning the Invitation to Bid shall be submitted to FSA CPP by e-mail to CPP@flsheriffs.org with the bid title and number referenced on all correspondence. Final questions must be received by the date for Request for Clarification stated on the Bid Calendar. Questions and answers will be posted to the FSA CPP website on the date indicated on the Bid Calendar. Questions received during the cone of silence date listed on the bid calendar will not be addressed, except as provided herein. Interpretation of the specifications or any solicitation documents will not be made to the Bidder verbally, and if any verbal clarifications are provided, they are without legal effect. FSA CPP will make every attempt to e-mail updates to registered Bidders. However, posting to the FSA CPP website or the Bid System constitutes proper notice of addenda. The FSA CPP shall issue a Formal Addendum if substantial changes that impact the submission of bids are required. Any such addenda shall be binding on the Bidder and shall become a part of the solicitation document. In the event of conflict with the original specifications, addenda shall govern to the extent specified. Subsequent Formal Addenda shall govern over prior Formal Addenda only to the extent specified. The FSA will not be responsible for any explanation or interpretation made verbally or in writing except those made through the posting of a Formal Addendum. The bid submission constitutes acknowledgment of addenda to the FSA Base Specifications. Bids that fail to account for the specification addenda shall be determined to be nonresponsive; however, the FSA CPP may waive this requirement when in its best interest. After the start of the contract term, FSA CPP will notify all Vendors of any addenda and will require acknowledgement of the new terms and conditions. If the Vendor does not agree to the new terms and conditions, the Vendor’s award can be removed or replaced by another Vendor or qualified responsive bidder. 1.24 SIGNED BID CONSIDERED AN OFFER The signed bid shall be considered an offer on the part of the Bidder, which offer shall be deemed accepted upon approval by the FSA CPP. The bid submission must be signed by an authorized representative. Submission of a bid 618 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 12 in the FSA CPP Bid System constitutes a signed bid for purposes of bid evaluation. An electronic signature may be used and shall have the same force and effect as a written signature. 1.25 ASSIGNMENT OF CONTRACT No right or interest in this contract may be assigned, transferred, conveyed, sublet or otherwise disposed of, without prior written consent of the FSA CPP. If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this contract, a successor-in-interest must perform all obligations under this contract. FSA CPP reserves the right to reject the acquiring entity as Vendor. A change of name agreement will not change the contractual obligations of the Vendor. In the event a manufacturer reassigns the product line to an alternate company, the Vendor is required to notify the FSA CPP in writing of the change within 10 business days of the reassignment. If the Vendor is not already an approved FSA CPP Vendor, the alternate company is required to submit a Qualifications Packet to the FSA CPP to become an approved Vendor prior to conducting any qualified sales. FSA CPP may approve such assignments of existing or new vendors at its discretion. The Vendor is required to honor the contract pricing and all of the applicable Terms & Conditions throughout the remaining term of the contract. 1.26 TERMINATION OF PRODUCT LINE If a Vendor terminates a product line (manufacturer or brand), the Vendor is required to notify the FSA CPP within 10 business days of the decision not to retain the product line. FSA CPP may remove the terminated products from the contract. 1.27 DEMONSTRATION OF COMPETENCY Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial support, equipment and organization to ensure they can satisfactorily execute the services if awarded a contract under the terms and conditions herein stated. The terms "equipment” and “organization" as used herein shall be construed to mean a fully equipped and well- established company in line with the best business practices in the industry and as determined by the FSA CPP. The FSA CPP may consider any evidence available and may require submission of supporting documentation regarding the financial, technical and other qualifications and abilities of a Bidder, including past performance with the FSA CPP, in making the award. FSA CPP may inspect the Bidder's facility prior to the award of contract. Bids will only be considered from firms which are regularly engaged in the business of providing the goods or services described in this Invitation to Bid. Information submitted in the bid may not be plagiarized and, except in the case of materials quoted from this solicitation or developed by the manufacturer, must be the original work of the individual or company that submits the bid for evaluation. 619 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 13 1.28 VENDOR ABILITY TO PERFORM The FSA CPP may require Bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the FSA CPP may also require information from the source of supply regarding the quality, packaging and characteristics of the products. Any conflicts between this material information provided by the source of supply and the information contained in the bid submission may render the bid nonresponsive. During the contract period, FSA CPP may review the Vendor’s record of performance and may require submission of supporting documentation to ensure that the Vendor is providing sufficient financial support, equipment and organization. If the FSA CPP determines that the Vendor no longer possesses the financial support, equipment and organization in order to comply with this section, FSA has the authority to immediately terminate the contract. By responding to this Invitation to Bid, the Vendor warrants that, to the best of his or her knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Vendor’s ability to satisfy the obligations of a resulting contract. The Vendor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to Section 287.133 of the Florida Statues, or on any similar list maintained by any other state or the federal government. The Vendor shall immediately notify the FSA CPP and purchaser in writing if its ability to perform is compromised in any manner during the term of the contract. 1.29 FINANCIAL RESPONSIBILITY Bidder affirms by the submission of the bid and by signature on the contract signature form that the Bidder: • Has fully read and understands the scope, nature, and quality of work to be performed or the services to be rendered under this bid and has adequate facilities and personnel to fulfill such requirements. • Accepts the financial responsibility associated with this bid and declares that they have the access to capital (in the form of liquidity or credit lines) in order to meet the financial demands of such award. • Has assessed the financial responsibility required to serve the contract as bid, including such details as the obligations to perform all items bid, zones bid, and quantities that could be ordered, as well as timing of payment from purchasers, which can be 45 calendar days from receipt of invoice. 1.30 QUALITY AND SAFETY All materials used for the manufacture or construction of any supplies, materials or equipment covered by this bid shall be new. The items bid must be new, the latest model, of the best quality, and highest-grade workmanship that meet or exceed federal safety standards. Items requiring certification should require certification of options in cases where non-certified options could result in the decertification of the original product or warranty. In all cases where options are not certified, the Vendor must disclose to the end user that the non-certified options are not required to be certified. All options must meet or exceed federal safety standards. 620 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 14 1.31 NONCONFORMANCE Items may be tested for conformance with specifications. Items delivered that do not conform to specifications may be rejected and returned at the Vendor's expense. Any violation of these stipulations may also result in: • Vendor's name being removed from the awarded vendor list. • FSA and purchasers being advised not to do business with Vendor. 1.32 GRATUITIES Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the FSA, for the purpose of influencing consideration of this bid. Bidders shall disclose in writing any conflicts of interest to FSA prior to any award, or as soon as practicable after learning of any such conflict, including any contractual or employment relationships with FSA or potential purchasers of Bidders’ products or services. 1.33 TIE BIDS FSA CPP has the right to award multiple Bidders the primary or alternate award in the event of a tie. In the event the FSA CPP desires to break tie bids, and businesses have qualifying drug-free work programs, the award will be made using the following criteria, in order: • Bidder within the State of Florida • Vendors’ performance record with purchasers • Coin Toss 1.34 RIGHT TO AUDIT Vendor shall establish and maintain a reasonable accounting system that enables FSA CPP to readily identify Vendor’s sales. FSA CPP and its authorized representatives shall have the right to audit and to make copies of all related records pertaining to this contract, including all government sales and eligible user information, whether kept by or under the control of the Vendor, including, but not limited to those kept by its employees, agents, assignees, successors, sub-vendors, or third-party suppliers in whatever form they may be kept – written or electronic. Such records shall include, but not be limited to: • Accounting records, including but not limited to purchase orders, confirmation of orders or invoices, paid vouchers, cancelled checks, deposit slips, ledgers, and bank statements; • Written policies and procedures; • Subcontract files (including proposals of successful and unsuccessful Bidders, bid recaps, etc.); • Original estimates, quotes, or work sheets; • Contract amendments and change order files; • Insurance documents; or • Memoranda or correspondence. Vendor shall maintain such records during the term of this contract and for a period of three (3) years after the completion of this contract. At the Vendor’s expense and upon written notice from FSA CPP, the Vendor shall provide such records for inspection and audit by FSA CPP or its authorized representatives. Such records shall be made available to FSA CPP during normal business hours within three business days of receipt of the written notice. FSA CPP may select the Vendor’s place of business or offsite location for the audit. The FSA CPP may also request the Vendor provide requested records via e-mail. 621 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 15 Vendor shall ensure FSA has these rights with Vendor’s employees, agents, assignees, successors, and third-party suppliers, and the obligations of these rights shall be explicitly included in any subcontracts or agreements formed between the Vendor and any sub-vendors to the extent that those subcontracts or agreements relate to fulfillment of the Vendor’s obligations to FSA. Professional fees, personnel costs and travel costs incurred by FSA under its authority to audit and not addressed elsewhere will be the responsibility of the FSA. However, if the audit identifies underreporting, overpricing or overcharges (of any nature) by the Vendor to FSA or a purchaser in excess of three percent (3%) of the total contract billings, the Vendor shall reimburse FSA for the total costs of the audit not to exceed $5,000. If the audit discovers substantive findings related to fraud, misrepresentation, or non-performance, FSA may recoup all the costs of the audit work from the Vendor. Any adjustments or payments that must be made as a result of any such audit or inspection of the Vendor’s invoices or records shall be made within a reasonable amount of time (not to exceed 60 calendar days) from presentation of FSA’s findings to Vendor. FSA has the right to assess damages or seek reimbursements or refunds based on audit results. 1.35 LICENSES AND PERMITS The Bidder shall obtain and pay for all licenses, permits and inspection fees for this bid submission and any resulting contract. Where Vendors are required to enter or go onto FSA or purchaser property to deliver materials or perform work or services as a result of a bid award, the Vendor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits and insurance. The Bidder must, by the time of award, be registered to do business in the State of Florida on SunBiz.gov. 1.36 PERFORMANCE BONDS Purchasers may request a performance bond from a Vendor. Performance bonds are recommended with pre- payment and will be at the expense of the requesting agency. Purchasers should determine the best practice in comparing performance bond expense against any prior discounts that may be available. 1.37 ELIMINATION FROM CONSIDERATION This Invitation to Bid shall not be awarded to any person or Bidder who has outstanding debts to the FSA, whether in relation to current or previous bid awards or for other business purposes. 1.38 INDEPENDENT PREPARATION A Bidder shall not, directly or indirectly, collude, consult, communicate or agree with any other Bidder as to any matter related to the bid each is submitting. Additionally, a Bidder shall not induce any other Bidder to modify, withdraw, submit, or not submit a bid. Bidders or Vendors who are found to have engaged in these acts will be considered nonresponsive and will be suspended or barred from bid participation. Any contract award resulting from these acts may be terminated for 622 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 16 default. Further, any such acts detected by the FSA may be reported to relevant law enforcement and/or prosecutorial agencies. Bidders may submit multiple bids without violating this provision if the bid submitted is not from the same manufacturer and product line. Dealers that share the same ownership may submit multiple bids without violating this provision if the Bidders are not in the same region featuring the same manufacturer and product line. 1.39 DEFAULT In case of default on the part of Vendor, the FSA CPP may take necessary steps to otherwise procure the products sought, including but not limited to procuring the products or services from the next highest ranked Bidder or from other sources. A defaulting Vendor may be held liable for costs incurred by the FSA in procuring replacement products. 1.40 PROTESTS AND ARBITRATION Any person who is adversely affected by the decision or intended decision to award shall file a “Notice of Protest” in writing to the FSA CPP within three (3) business days after the posting of the Intent to Award and shall file a formal written protest within five (5) business days after filing the Notice of Protest. Failure to file both a notice of protest and a formal written protest within the above referenced timelines shall constitute a waiver of proceedings. The burden is on the party protesting the award of the bid to establish grounds for invalidating the award(s). The formal written protest must state with particularity the facts and law upon which the protest is based. Options are for informational purposes only and will not serve as a basis for protest. Failure to do so will result in a denial of protest. Formal written protest which states with particularity the facts and law upon which the protest is based will be reviewed by FSA legal counsel for legal soundness and validity, and corrective action will be taken as needed contingent upon the validity of such claims. However, any additional time required and cost incurred by the FSA to substantiate a protesting party’s claim(s) beyond the normal scope of its legal review due to the vague or inconclusive nature of the protesting party’s filing will be reimbursable to the FSA and deducted from the protesting party’s bond or security which must accompany their filing. Any Bidder who files an action protesting a decision or intended decision pertaining to this contract shall post a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the amount equal to ten percent of the item being protested. The bond, cashier’s check or money order must be filed at the time of filing the formal written protest or within the five (5) business day period allowed for filing the formal written protest. FSA CPP will provide the amount required within two (2) business days of the notice of protest received. This bond or security will be conditioned upon the payment of all costs which may be adjudged against the protesting party in a court of law and/or to reimburse the FSA for additional legal expenses incurred and required to substantiate the protesting party’s claim(s). Failure to post the bond or security requirement within the time allowed for filing will result in a denial of protest. The filing of the protest shall not stay the implementation of the bid award by the Florida Sheriffs Association. Should the unsuccessful Bidder(s) decide to appeal the decision of the FSA, they shall file a notice to FSA CPP within three (3) business days of the FSA bid protest decision regarding their intent to request arbitration. A demand for arbitration with the American Arbitration Association’s (AAA) commercial panel under its rules and regulations must be made within ten (10) business days of the FSA bid protest decision. Any person who files for an arbitration with the AAA shall post with the Florida Sheriffs Association at the time of filing the formal written arbitration request, a bond, cashier’s check or money order payable to the Florida Sheriffs Association in the 623 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 17 amount equal to ten percent of the product line being protested. This amount will be the same amount as the FSA CPP provided at the time of filing the initial protest. Failure to provide written notice to FSA CPP, file a demand for arbitration with the AAA, or failure to post the required bond and security requirement within the specified timelines shall constitute a waiver of arbitration proceedings. By responding to this procurement, the Bidder expressly agrees to the use of mandatory binding arbitration to resolve any appeals of the decision of the FSA, and any claims arising from or in any way relating to the procurement process, and expressly waives any and all rights that it may otherwise have to pursue such claims in any other forum, judicial or otherwise. If the party filing for arbitration does not prevail, it shall pay all costs, legal expenses and attorney fees of the prevailing party incurred in connection with the arbitration. However, if the filing party prevails, the parties shall share equally the fees and expenses of the arbitration and AAA and each shall bear the cost of their own attorney fees. The filing for arbitration shall not stay the implementation of the bid award by the Florida Sheriffs Association. 1.41 NONPERFORMANCE By virtue of the bid submission, Bidder acknowledges its obligation to sell items in all zones for which it is awarded. Upon award, failure of the Vendor to comply with these requirements may result in the imposition of liquidated damages of up to $1,000 per item, which amount the Vendor agrees is reasonable, or probation, suspension, termination or a combination thereof from current and future bids at the FSA CPP’s discretion. The Vendor shall at all times during the contract term remain responsive and responsible. In determining Vendor’s responsibility, the FSA CPP shall consider all information or evidence that demonstrates the Vendor’s ability or willingness to fully satisfy the requirements of the Terms & Conditions. Vendors that are not in compliance with any of the provisions of this contract can be assessed liquidated damages, suspended or terminated from the contract. The FSA CPP at its sole discretion may remove a noncompliant Vendor from future competitive bid solicitations; or take other actions including suspension from the contract until compliance issues are resolved, limit current or future vendor participation by items or zones, or other actions as determined by FSA CPP at its sole discretion. At FSA CPP’s discretion, Vendors may be required to develop corrective action plans to address contract compliance. Failure to abide by corrective action plans will result in termination from the existing contract and future competitive bid solicitations at the discretion of the FSA CPP. In situations where there is evidence that the Vendor has engaged in egregious breaches of the contract with respect to either the FSA CPP and/or the purchaser, the contract can be terminated and the Vendor will be removed from future solicitations for a period of up to three (3) years, or a permanent ban from the bid process at the sole discretion of FSA CPP. Specific conditions for termination include, but are not limited to; failure to perform, refusal to accept orders during the contract period while manufacturer orders are still being accepted for current model year or the new year if the vehicle is price protected by the factory, charging amounts exceeding MSRP on factory or Vendor installed items and packages, requiring the purchase of additional options over and above the base vehicle as a condition of acceptance of order, providing aftermarket options where factory options are available without the consent of the purchaser, any misrepresentation of optional equipment or service as being factory that fails to meet the definition as described in this document, and any other practice deemed to be inconsistent with the intent of the contract. 624 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 18 Any Vendor presented with a valid Purchase Order consistent with Vendor bid quotes or other agreed upon terms and pricing is required by this contract to accept such purchase order and deliver the product. Purchase Orders must be fulfilled whether or not the Purchase Order includes options. The Vendor must deliver this product in accordance with the Terms & Conditions – regardless of whether doing so will provide the Vendor with a profit or loss. Failure to deliver the item may result in the purchaser seeking damages for the difference of cost to issue a new Purchase Order with another Vendor plus any legal fees and damages that may be incurred in the process to facilitate a completed order. Additionally, FSA CPP may seek damages for nonpayment of administrative fees, to which FSA CPP is entitled, according to Section 3.25, and any attorney’s fees incurred in the recovery of these damages. 1.42 SEVERABILITY In the event any provision of this contract is held to be unenforceable for any reason, the unenforceability thereof shall not affect the remainder of the contract, which shall remain in full force and effect and enforceable in accordance with its terms. 1.43 TERMINATION FOR CAUSE If through any cause within the reasonable control of the Vendor, it shall fail to fulfill in a timely manner, or otherwise violate any of the terms of this contract, the FSA CPP shall have the right to terminate the services remaining to be performed. Written notice of the deficiencies shall be given to the Vendor and unless the deficiencies are corrected within ten (10) business days, the contract may be terminated for cause immediately. The right to exercise the option to terminate for cause shall be in the sole discretion of the FSA CPP, and the failure to exercise such right shall not be deemed to constitute a waiver of this right. In the event of a termination for cause, the purchaser shall compensate the successful Bidder in accordance with the contract for all services performed by the successful Bidder prior to termination, net of any costs incurred by the purchaser and FSA as a consequence of the default. Notwithstanding the above, the Vendor shall not be relieved of liability to the FSA for damages sustained by the FSA by virtue of any breach of the contract by the Vendor, and the FSA CPP may reasonably withhold payments to the Vendor for the purposes of offset until such time as the exact amount of damages due the FSA from the Vendor is determined. 1.44 TERMINATION WITHOUT CAUSE The FSA CPP can terminate the contract in whole or part without cause by giving written notice to the Vendor of such termination, which shall become effective thirty (30) calendar days following receipt by Vendor of such notice. In the event of a termination without cause, all finished or unfinished documents and other materials shall be properly delivered to the FSA CPP. The Vendor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the contract, if any. The Vendor shall not be entitled to recover any lost profits that the Vendor expected to earn on the balance of the contract or cancellation charges. 625 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 19 Any payments to the Vendor shall be only to the total extent of the purchaser liability for goods or services delivered prior to the date of notice to terminate the contract. 1.45 CONTRACT ADVERTISEMENT AND USE OF FSA LOGO The FSA logo is an official logo of the Florida Sheriffs Association designed to promote the program. The logo may be used by Vendors in accordance with this policy. Use of the logo is limited to the original version received from the FSA. Modifications are not permitted. Methods of use include, but are not limited to: • Electronic mediums such as websites, digital marketing campaigns, social media and e-mail; or • Print media such as forms, marketing campaigns, business cards, posters, banners, brochures, flyers and postcards. Vendors may request use of the logo by contacting cpp@flsheriffs.org, and should include a brief description of how the Vendor intends to use the logo. The official FSA sheriff's star and wreath logo may not be used without prior written permission. 626 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 20 2.0 BIDDER INSTRUCTIONS 2.01 QUALIFICATION Bidders are required to complete the Qualifications Packet as part of the bid submission. A Bidder becomes a qualified bidder if they comply with this section and Section 2.09, Mandatory Pre-Bid Meeting. Qualifications Packet information required for bid qualification include: • Qualification form o Contact Information o Business Profile o References o Disqualifications & Defaults o Warranty Service Plan Attestation o Emergency Technician Attestation • Compliance Attestations o E-Verify o Sunbiz o Drug-Free Workplace o Workers Compensation o Compliance with Applicable Federal, State, and Local Laws and Ordinances • Federal Compliance • If willing to comply with the requirements applicable to federally funded purchase orders, Federal Compliance Certifications: o Certification Regarding Debarment and Suspension o Certification Regarding Lobbying • Contract Signature Form • Insurance Checklist o Certificates of Insurance due five days prior to award • W-9 Form The Qualifications Packet is located on the Bid System. 2.02 LICENSING AND FACILITIES Bidders are required to obtain all required licenses, including any applicable motor vehicle dealer licenses, and registrations, and comply with all applicable Federal, State, and local laws and ordinances, including any applicable motor vehicle dealer laws, in order to bid on any motor vehicle. Bidders must maintain a repair facility within the State of Florida to provide warranty service for the items bid. If Bidders do not have a facility, the Bidder must be able to assist purchasers in obtaining warranty work as authorized by the manufacturer. If a Bidder does not maintain a facility within the State of Florida, the Bidder must have a plan as to how the Bidder would service Florida purchasers if awarded the contract. This warranty service plan must demonstrate that the warranty work will be timely and satisfactorily performed and should include: • Whether the warranty service provider is approved by the manufacturer; 627 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 21 • If the Bidder plans to contract out for service, a copy of the service agreement; and • Zone specific service plans to include: o Response time to initial call from purchaser, o Number of personnel available to service the contract, o Qualifications of personnel providing warranty work, and o Any additional information that would detail how warranty service would be provided. The sufficiency of the Warranty Service Plan may be evaluated by the FSA CPP. The FSA CPP reserves the right to request additional information from a Bidder regarding the facility during the solicitation and the term of the contract, if awarded. The FSA CPP may also exercise discretion in examining such facility as deemed necessary. 2.03 INSURANCE AND INDEMNIFICATION Bidder/Vendor shall be fully liable for the actions of its agents, employees, partners, or third party suppliers and shall fully indemnify, defend, and hold harmless the Florida Sheriffs Association, the participating agencies, and their officers, agents, and employees from suits, actions, damages, and costs of every name and description, including legal counsels’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Bidder/Vendor, its agents, employees, partners, or third party suppliers; provided, however, that the Bidder/Vendor shall not indemnify for that portion of any loss or damages resulting directly from the negligent acts or omissions of the Florida Sheriffs Association and participating agencies or proximately caused by intentional wrongful acts or omissions of the Florida Sheriffs Association and participating agencies. The Florida Sheriffs Association and/or participating agencies shall give the Bidder/Vendor (2) the opportunity to take over and settle or defend any such action at Bidder’s/Vendor’s sole expense. When reasonable, the Florida Sheriffs Association will give the Bidder/Vendor written notice of an action or threatened action. Bidder/Vendor shall not be liable for any unreasonable cost, expense or compromise incurred by the Florida Sheriffs Association, or participating agencies, in any legal action without Bidder’s prior written consent, which consent shall not be unreasonably withheld, conditioned, or delayed. The Insurance Checklist summarizes the Bidder’s/Vendor’s insurance coverage obligations, if awarded. Certificates of Insurance, evidencing such coverages and endorsements as required herein, shall be provided no later than five (5) business days prior to the contract award date. The Vendor may not begin performance under the contract until such Certificates have been approved by the FSA CPP. The certificate must state Bid Number and Title. FSA must be named as an additional insured for the duration of the contract. The Vendor shall maintain comprehensive general liability insurance and general aggregate insurance in the amount and coverage levels specified on the Insurance Checklist. The Vendor shall specifically and distinctly assume, and does so assume, all risks of damage or injury to property or persons used or employed on or in connection with the work and of all damage or injury to any person or property wherever located, resulting from any action or operation under the contract or in connection with the work. It is understood and agreed that at all times the Vendor is acting as an independent contractor. The Vendor shall be responsible for the work and every part thereof, and for all materials, tools, appliances and property of every description, used in connection with this particular contract. The Vendor at all times during the full duration of work under this contract, including extra work in connection with this contract, shall meet the requirements of this section. 628 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 22 The Vendor shall maintain automobile liability insurance including property damage covering all owned, non- owned, hired and scheduled automobiles, when used in connection with the delivery or service of this contract. The Vendor shall maintain insurance to cover garage operations in the amount specified on the Insurance Checklist when the garage is used to complete work on this contract. All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and these companies must have a rating of B+ or better per the AM Best Rating. FSA CPP required insurance coverages must be maintained through the duration of the contract. Upon expiration of the required insurance, the Vendor must email updated certificates of insurance for as long a period as any work is still in progress. No change or cancellation in insurance shall be made without thirty (30) calendar days' written notice to the FSA CPP. It is understood and agreed that all policies of insurance provided by the Vendor are primary coverage to any insurance or self-insurance the FSA possesses that may apply to a loss resulting from the work performed in this contract. All policies issued to cover the insurance requirements herein shall provide full coverage from the first dollar of exposure. The liability insurance coverage shall extend to and include the following contractual indemnity and hold harmless agreement: The Vendor hereby agrees to indemnify and hold harmless the FSA, a 501(c)3, its officers, agents, and employees from all claims for bodily injuries to the public and for all damages to the property per the insurance requirement under the specifications including costs of investigation, all expenses of litigation, including reasonable legal counsel fees and the cost of appeals arising out of any such claims or suits because of any and all acts of omission or commission of any by the Vendor, his agents, servants, or employees, or through the mere existence of the project under contract. The foregoing indemnity agreement shall apply to any and all claims and suits other than claims and suits arising out of the sole and exclusive negligence of the FSA, its officers, agents, and employees, as determined by a court of competent jurisdiction. The Vendor will notify the insurance agent without delay of the existence of the Hold Harmless Agreement contained within this contract and furnish a copy of the Hold Harmless Agreement to the insurance agent and carrier. The Vendor will obtain and maintain contractual liability insurance in adequate limits for the sole purpose of protecting the FSA under the Hold Harmless Agreement from any and all claims arising out of this contractual operation. The Vendor will secure and maintain policies of third-party suppliers. All policies shall be made available to the FSA upon demand. Compliance by the Vendor and all third-party suppliers with the foregoing requirements as to carrying insurance and furnishing copies of the insurance policies shall not relieve the Vendor and all third-party suppliers of their liabilities and obligations under any section or provisions of this contract. Vendor shall be as fully responsible to the FSA for the acts and omissions of the third-party suppliers and of persons employed by them as they are for acts and omissions of persons directly employed by the Vendor. 629 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 23 The FSA can request, and the Vendor shall furnish proof of insurance within seven (7) calendar days of receipt of the written request from FSA. Should the Vendor fail to provide acceptable evidence of current insurance during the contract term, the FSA CPP shall have the right to consider the contract breached and justifying the termination thereof. If Bidder does not meet the insurance requirements, the FSA may consider alternate insurance coverage. 2.04 SPECIFICATIONS All items covered by this Invitation to Bid and any resulting contract, and the specifications shall be the manufacturer’s current basic production model, and shall, as a minimum, be equipped with all standard factory equipment in accordance with the manufacturer’s latest literature unless otherwise noted in the Bid System or FSA Base Specifications. The FSA Base Specifications are contained in the FSA CPP Bid System, may be requested from FSA CPP, and are retained within FSA CPP’s archive. As part of the bid submission, Bidders will be required to provide confirmation that the item bid meets the FSA Base Specifications. FSA CPP may reject bids that fail to provide confirmation that the item(s) bid meet the FSA Base Specifications. FSA CPP develops the specifications with subject matter experts and publicly available information. However, FSA CPP does not have access to full details from the manufacturer and relies on Bidders to assist in this process. Bidders should immediately notify the FSA CPP of any inaccuracies in the specifications. All notifications of inaccuracies must be in writing. If awarded a contract, Vendor(s) must offer and supply an item that either meets or exceeds all the requirements included in the applicable FSA Base Specifications, unless a purchaser specifically issues a Purchase Order for a base item and Option that differs from the FSA Base Specifications. Failure of a Bidder to comply with these provisions will result in Bidders being held responsible for all costs required to bring the item into compliance with the contract specifications. 2.05 SEALED BIDS For purposes of this solicitation, a sealed bid is considered a bid submitted using the FSA CPP Bid System. 2.06 MISTAKES Bidders are expected to examine the FSA Base Specifications, delivery schedules, bid prices and all information pertaining to servicing this contract before submitting a bid. Failure to do so will be at the Bidder’s risk. 2.07 EXCEPTIONS Any requested exceptions, deviations, or contingencies a Bidder may have to the Terms & Conditions must be documented in Bidder’s submission. Exceptions to the FSA Base Specifications at the time of the bid submission shall reference the item number, make and model. FSA CPP has the discretion to grant or deny, in whole or in part, the Bidder’s requested exception, deviation or contingency to the specifications or Terms & Conditions. Bidder acknowledges that the bid may be disqualified if FSA CPP rejects the proposed exceptions. 630 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 24 2.08 EQUIVALENTS Prior to the opening of the Bid System, Bidders may request item equivalents. The Bidder must submit the manufacturer name and model number (or product identifier) of each equivalent requested to FSA CPP. Complete, descriptive, technical literature should demonstrate that the equivalent conforms with FSA Base Specifications. If a bid uses equivalents without prior approval, the bid may be disqualified. 2.09 MANDATORY PRE-BID MEETING Prospective Bidders are required to attend or participate in the mandatory Pre-Bid Meeting. The Pre-Bid Meeting is designed for vendors, the Fleet Advisory Committee and the FSA CPP to clarify questions on the Terms & Conditions and to confirm all FSA Base Specifications. Questions relating to the items, specifications, the bid process, or award can be asked at the Pre-Bid Meeting. Bidders have the opportunity to suggest technical modifications or corrections before the FSA Base Specifications are finalized. FSA CPP reserves the right to grant attendance exceptions to the mandatory meeting if the Bidder has requested authorization, agrees in writing to meet all the Terms & Conditions without exception and further waives their right to protest the bid process in its entirety or any portion thereof. 2.10 PRICES QUOTED Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open for the next model year, when the manufacturer changes price during the contract term, or when new items come to market. Bidders shall provide a Bid Price and a Percent for each item bid. The Bid Price will be used to evaluate the lowest, responsive and responsible Bidder for each item and zone. The Percent will be used under an awarded contract to determine the cost-plus pricing for the next model year, when the manufacturer changes price during the contract term, or when new items come to market. The FSA CPP will use the percent feature of the Bid System as the field to capture the percent above cost that the Vendor can expect to receive from the purchaser for the purchase of an awarded item. The FSA CPP has the discretion to disqualify Bidders if the proposed Percent is excessive. In order to determine if Percent is excessive, FSA will compare the Percents proposed by Bidders for each item in each zone. Prices and Percents bid for items and options should reflect the most complete item price, be below MSRP, and at a minimum should at least cover the cost of the item or option bid. Prices and Percents bid must be at least Item Cost, be Free on Board (FOB) destination, and must include delivery to the purchaser. As used in this provision, “Item Cost” is defined as the factory invoice price for the item, the Original Equipment Manufacturer (OEM) destination and delivery to dealer, and the FSA Administrative fee, minus the OEM government pricing concessions specific to this bid, all manufacturer incentives, discounts, rebates, concessions and holdbacks. As used in this provision, “Total Cost” is defined as the Item Cost, plus costs of dealer’s floorplan estimated operational expense, and costs of dealer for preparation, cleaning, assembling, gas, and delivery to zone. 631 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 25 As used in this provision, “Bid Price” is defined as the Total Cost and profit. As used in this provision, “Percent” is defined as the markup over Item Cost. Bid Prices will be used as the initial published pricing for awarded items. As windows open for the next model year, the manufacturer changes price during the contract term, or as new items come to market, FSA CPP will work with Vendors to update the published pricing for such items based on the awarded Percent, within a reasonable period of time. Vendors may accept Purchase Orders for such items in accordance with these Terms & Conditions before submitting updated published pricing to FSA CPP. 2.11 COST-PLUS-PERCENT PRICING Due to the changing market conditions, the FSA CPP has temporarily moved to a percent above cost, or “cost- plus”, model for the Pursuit, Administrative and Other Vehicles Contract. The cost-plus model allows for Vendors to sell items immediately when order windows open for the next model year, when the manufacturer changes price during the contract term, or when new items come to market. The Bid System provides each Vendors’ percent above cost at which the Vendor will sell such items. The Percent provided in the Bid System does not provide a percent discount for items bid. If a Vendor fulfills a Purchase Order at other than published pricing, at purchasers’ request, the Vendor must provide documentation substantiating the Item Cost, as defined in Section 2.10. 2.12 OPTION PRICING FSA CPP requests Bidders include most frequently purchased options in the Bid System. Option pricing must include the administrative fee. Bidders must provide a price for each option in addition to a percent below MSRP for factory-installed options or a percent above cost for other options. The FSA CPP has the discretion to disqualify Bidders if the option pricing is excessive. In order to determine if pricing is excessive, Bidders agree to provide documentation to FSA CPP to verify cost at any time during the solicitation process or during the contract term. This information is for comparison purposes and will not be published. Options are intended to add or delete equipment or features from the FSA Base Specifications. Options can provide an upgrade or downgrade to a manufacturer’s model, such as a slightly different engine size or horsepower, and should not be made available for purchase separate from the base vehicle or equipment. Options may only provide a downgrade to a manufacturer’s model when specifically requested in a Purchase Order issued in accordance with the Terms & Conditions by a purchaser. Bidders shall NOT use options to create an item that is available as another item bid on this Invitation to Bid. The use of options to facilitate the sale of an alternate manufacturer’s product which is outside the scope of the FSA Base Specifications will be determined nonresponsive and the bid will be rejected in whole or part by the FSA CPP. Bidders must disclose which options require the purchase of other options or are dependent on another option in their bid submission. Option pricing will include all costs of labor associated with the option and cost of labor should not be listed separately. 632 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 26 Bidder must use proper manufacturer codes for factory options. Options available through the factory should be bid and supplied to purchaser as factory options, unless otherwise requested in writing by the purchaser. Factory package options are permitted under this contract. Factory package options included in the bid submission must detail what components the package includes. When calculating the price for a manufacturer’s option requested in this bid that is not listed as an option in the manufacturer’s order guide (i.e., model or engine upgrade), the Bidder must calculate the option price as the net difference between vendor cost on the representative base vehicle and the total MSRP of the requested option modifying the vehicle. A Bidder may bid less than this price, but at no time charge more than the calculation provided here. If a Bidder will offer registration and title services as a fee for service, government-imposed fees should be listed at the exact cost and shall not include the FSA administrative fee. If the Bidder wishes to offer credit to the purchaser for an option that is standard on the FSA Base Specifications, the Bidder should include the word “Credit” at the beginning of the description field and continue to describe the option being credited. For example, “Credit: one key fob” and enter the price the Bidder will credit the purchaser. For purposes of this bid, Emergency Lights and Sirens will require a separate pricing sheet and option upload in the Bid System. Section 2.13 contains specific instructions and exceptions for Emergency Lights and Sirens. 2.13 EMERGENCY LIGHTS AND SIRENS Under Florida Statute 316.003(1), authorized emergency vehicles are defined as: Vehicles of the fire department (fire patrol), police vehicles, and such ambulances and emergency vehicles of municipal departments, public service corporations operated by private corporations, the Fish and Wildlife Conservation Commission, the Department of Environmental Protection, the Department of Health, the Department of Transportation, and the Department of Corrections as are designated or authorized by their respective departments or the chief of police of an incorporated city or any sheriff of any of the various counties. Bidders that will provide or contract to provide emergency light and siren installation must only use installers that possess a current Emergency Vehicle Technician Certification, or an approved equivalent. FSA CPP may request certificates for a Vendor’s installers at any time during the contract term. Labor may be charged for the installation of emergency lights and sirens. Labor rates must be disclosed as part of the bid submission. Bidders may not charge for labor for vehicles that are manufactured with emergency lights and sirens, including motorcycles. Prices submitted for emergency lights and sirens shall include all applicable government-imposed fees. Bidders that install emergency lights and sirens are required to provide and install products that are Society of Automotive Engineers (SAE) certified. SAE Certifications must include Class 1, Class 2 and Class 3 in order to be eligible for participation in the contract. If a lighting or siren product installed on an emergency vehicle is not SAE Certified, the Vendor can be found in default of the contract. Bid Submission of Emergency Lights and Sirens If offering emergency lights and sirens, Bidders will be asked to provide pricing by submitting a pricing sheet. An emergency vehicle light and siren option pricing template is offered in the Bid System. Bidders are encouraged, but 633 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 27 not required to use the template. If item or specification group is helpful to display light and siren options, Bidders may categorize the pricing sheet by item group. Items listed below are required for the submission of the pricing sheet: • Order code • Description • Price (part only) • Estimated labor hours • Labor cost per hour 2.14 BID SUBMISSION Bidders must submit a bid electronically using the Bid System. Bid submissions include a price for each item and option bid in accordance with Sections 2.10, 2.11, 2.12, 2.13, 2.14, and 2.15. Each Bidder must submit a Qualifications Packet for each bid. The bid must be received by the date and time specified on the Bid Calendar in Appendix B. Failure to meet all submission requirements by the date indicated on the Bid Calendar will result in rejection of the bid. Bid System: VendorLink The Bid System is located at https://www.myvendorlink.com. Bidders are encouraged to participate in training provided. Usernames and passwords will be issued to Bidders after registering in the Bid System. Contact VendorLink at support@evendorlink.com if technical issues arise during bid submission. Prices are to be rounded to the nearest whole dollar. If a Bidder submits bid pricing using cents, the following formula will be applied to round the bid pricing to the nearest whole dollar: $.01-.49 will be rounded down to the dollar bid (e.g., $50.49 = $50) and $.50-.99 will be rounded to the next dollar (e.g., $50.50 =$51). Bid Submission To ensure correct bid submittal and formatting, Bidders shall: o Bid Price for each item bid by zone, as defined in Section 2.10 o Percent for each item bid by zone, as defined in Section 2.11 • Upload files as instructed in the Bid System; files requested will be in Excel or .pdf. • Follow all instructions outlined in this Invitation to Bid and provide all requested information. The bid shall include the following documents: • Executed Qualifications Packet. • Build sheet for each item bid as a single .pdf • Pricing Sheet for Emergency Vehicle Lights and Sirens, if applicable. • Any requested exceptions or equivalents. Option Upload An option sheet should be submitted for each item bid. The Bid System will accept option information for each item through a .pdf file upload. Each option sheet should include a header to identify the FSA CPP contract title and number, the Bidder name, item number, make and model. Each option sheet should include: • Option • Description • Manufacturer order code or identifying code • Price 634 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 28 • Cost plus percent for all items not installed at the factory • Percent below MSRP for factory installed options FSA CPP may ask awarded Bidders to supply one hard copy set with digital signatures and original compliance forms, prior to the contract execution. Hard copy bids should not be submitted unless specifically requested by FSA CPP. FSA is not responsible for Bidder’s improper use of the Bid System. Exceptions will be granted to this section should any Bid System malfunctions occur. 2.15 ZONE BIDDING Bidders may bid in one or more geographic zones. Bidders must submit pricing for each zone they wish to be evaluated. The zone map is included in Appendix A. The geographic zones are in place to assist Bidders in estimating costs of delivery, which must be included in the price bid and quoted to the purchaser. For the Pursuit, Administrative and Other Vehicles Contract, the cost of delivery must be included in the Percent. 2.16 EXECUTION OF BID By submitting a response to this Invitation to Bid, the Bidder agrees to the Terms & Conditions and to be bound by such Terms & Conditions if selected for award. The Bidder must submit the Contract Signature Form with the signature of an authorized representative no later than the bid submittal due date. All Terms & Conditions are applicable throughout the term of the awarded contract and are not specific to any given year, make or model. 2.17 MODIFICATION OR WITHDRAWALS OF BIDS A Bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the due date and time of the bid submission listed in the Bid Calendar. Modifications received after the bid due date and time will not be considered. Bids can be withdrawn in writing prior to the contract award. If a Bidder must withdraw the bid, the Bidder must contact FSA CPP immediately. Bid withdrawals are handled on a case-by-case basis and can result in a limitation of participation in future bids. 2.18 LATE BIDS The responsibility for submitting a bid before the due date and time on the bid calendar is solely and strictly the responsibility of the Bidder. The FSA is not responsible for delays caused by technical problems, any internet outages or delays incurred by electronic delivery, or any other occurrence. Any reference to time will be based on Eastern Time. 2.19 BID OPENING Bids shall be opened on the date and time specified on the Bid Calendar. The bid opening may occur at the Florida Sheriffs Association, 2617 Mahan Drive, Tallahassee, Florida, or may be offered online. FSA CPP will provide a bid inspection period for Bidders following the bid opening. The date, time and duration will be announced prior to the bid opening. 635 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 29 2.20 DETERMINATION OF RESPONSIVENESS Determination of responsiveness will take place at the time of bid opening and evaluation. In order to be deemed a responsive bidder, the bid must conform in all material respects to the requirements stated in the Invitation to Bid. As set forth in Section 2.24, FSA CPP reserves the right to waive or allow a Bidder to correct minor irregularities. 2.21 RESPONSIBLE BIDDER CRITERIA Bids will be evaluated to determine if qualifications and contract requirements are met. Responses that do not meet all requirements of this Invitation to Bid or fail to provide all required information, documents or materials may be rejected as nonresponsive. The FSA CPP will not request documentation or consider a Bidder’s social, political or ideological interests in determining if the Bidder is a responsible bidder. FSA CPP will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. Bidders whose responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of the contract may be rejected as non-responsible. In determining a responsible Bidder, the following factors may be considered: • Adequacy of facilities, staffing, and financial resources; • Previous experience with FSA contract or other similar government contracts; • Ability to provide excellent customer service, including on previous FSA contracts; and • Any other information relevant to the responsibility of a Bidder of which FSA CPP is aware. In addition to the requirements set forth by these Terms & Conditions, FSA CPP reserves the right to request staffing, performance and financial information from any Bidder during the evaluation process. FSA CPP reserves the right to determine which responses meet the requirements, specifications, Terms & Conditions of the solicitation, and which Bidders are responsive and responsible. FSA CPP further reserves the right to limit participation of Bidders who, in FSA CPP’s sole discretion, are determined to present responsibility concerns that call into question the Bidder’s ability to perform but that do not rise to the level of requiring rejection of the Bidder as non-responsible. 2.22 BASIS FOR AWARD The FSA CPP shall make award to the qualified, responsive and responsible Bidder(s) who submitted the lowest Bid Price by item, manufacturer, and zone. Awards may also be made to subsequent lowest responsive and responsible Bidders by item, manufacturer, and zone, when determined to be in the best interest of the FSA and the purchaser(s). FSA CPP has the discretion to consider Percent and option pricing in making the award and to disqualify bidders for proposing excessive Percent(s) or option pricing. Awards will not be given to any parties listed on the government wide exclusion in the System for Award Management. FSA CPP reserves the right to accept or reject any and all bids, and to waive any minor irregularity, technicality or omission if it determines that doing so will serve the purchaser’s best interest. FSA CPP reserves the right to make multiple awards for each item, if determined to be in the best interest of the FSA and the purchasers. 636 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 30 Awards will be posted on the FSA CPP website according to the date posted in the bid calendar. 2.23 BID TABULATIONS The bid tabulation report will be posted on the FSA CPP website after the bid submission closes. If there is a delay in posting the bid tabulation results, FSA CPP will post a notice of the delay and a revised date for posting of results. 2.24 MINOR IRREGULARITIES/RIGHT TO REJECT The FSA CPP has the right to accept or reject any and all bids, or separate portions thereof, and to waive any minor irregularity, technicality or omission if the FSA CPP determines that doing so will serve its best interest or the best interest of the purchasers. A minor irregularity is a variation from the Terms & Conditions of this procurement that does not affect the price of the bid or give the Bidder a substantial advantage over other Bidders and thereby restrict or stifle competition and does not adversely impact the interests of the FSA or the purchasers. At its option, the FSA CPP may allow a Bidder to correct minor irregularities but is under no obligation to do so. In doing so, the FSA CPP may request a Bidder to provide clarifying information or additional materials to correct the irregularity. However, the FSA CPP will not request, and a Bidder may not provide the FSA CPP with additional materials that affect the price of the bid or give the Bidder an advantage or benefit not enjoyed by other Bidders. The FSA CPP may also reject any bids not submitted in the manner specified in this document. 2.25 CONE OF SILENCE This Invitation to Bid is subject to the Cone of Silence that begins the date the bid submission opens through the intent to award date as indicated in the Bid Calendar. During this period, all communications regarding this solicitation between FSA and Bidder will cease, except for procedural questions, questions regarding problems incurred in the use of the Bid System, or communications initiated by the FSA CPP. All permitted communications during this period shall be made in writing to the contact identified in Section 1.01 of this Invitation to Bid. 637 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 31 3.0 CONTRACT CONDITIONS 3.01 GENERAL REQUIREMENTS Once the bid has been awarded, the terms and conditions of this document become the contract between the FSA CPP and the awarded Vendor. The Terms & Conditions apply to all items purchased from this contract. 3.02 STATEMENT OF AUTHORITY Each person signing the contract warrants that they are duly authorized to do so and binds the respective party to the contract. 3.03 VENDOR CONTACT INFORMATION The Vendor shall maintain current contact information with FSA CPP at all times for sales and submission of purchase orders, quarterly reports and administrative fee payments. If a change occurs during the contract, the Vendor must notify FSA CPP immediately. 3.04 ADDITIONS OR DELETIONS FSA CPP reserves the right to add or delete any items from this bid or resulting contract when deemed to be in the best interest of FSA and purchasers, at its discretion. This decision to take action may be based upon and not limited to few or no sales, product recalls and other safety issues, Vendor or manufacturer performance, or the product’s lack of relevance. For items that come to market during the contract term, FSA CPP may authorize qualified and awarded Vendors to offer the new item under the existing contract terms and conditions, if the manufacturer authorizes a Vendor to sell the item. FSA CPP will request awarded Vendors submit pricing and will evaluate the responses prior to authorizing awarded Vendors to offer the new item. 3.05 CONTRACT EXTENSION Contract Extension The contract may be extended by mutual agreement for up to two (2) additional years, on a year-to-year basis. FSA CPP reserves the right to execute a contract extension or to allow the contract to fully or partially terminate and readvertise for bids, whichever is in the best interest of FSA. The Vendor may request price adjustments for contract extensions as provided for herein. If no request is received from the Vendor, the FSA CPP will assume that the Vendor has agreed that the optional term may be exercised without a price adjustment. Any adjustment request received after the execution of an extension may not be considered unless otherwise provided for in this contract. Month-to-Month Continuation In the event a new contract is not active at the time of this contract’s expiration, this contract’s terms and conditions shall extend on a month-to-month basis and shall not constitute an implied extension of the contract. Such a month-to-month continuation shall be upon the compensation and payment provided herein. 638 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 32 3.06 PRICE ADJUSTMENT In addition to the cost-plus-percent pricing adjustments available, the Terms & Conditions provide the following methods of price adjustments: • Annual Price Adjustments • Changes to Manufacturer Production or Design • Manufacturer Certified Adjustments • Equitable Adjustments Price adjustment requests must clearly substantiate a need to increase or decrease the price. Price adjustments will not be considered if Vendors are delinquent on administrative fee payments or have outstanding quarterly reports. Annual Price Adjustment The FSA CPP may consider annual price adjustments due to: • Changes in the Producer Price Index (PPI) as published by the U.S. Department of Labor, Bureau of Labor Statistics (BLS); or • As a result of changes to national or state standards that require substantial price adjustments. FSA CPP may consider other documentation related to the change to national or state standards but is not obligated to grant price changes without literature from the manufacturer. The FSA CPP will consider the request and will make a final determination on the change in price. Changes to Manufacturer Production or Design Significant changes by the manufacturer to the production of and specification design may initiate a price adjustment request. FSA CPP will consider order dates, production factors, model year, or other conditions, as well as the replacement or complete redesign of items. Vendors must provide documentation from the manufacturer. Manufacturer Certified Adjustments Vendors must provide documentation from the manufacturer to FSA CPP that shows the additional costs or price adjustments imposed by the manufacturer and substantiate the need for a related price adjustment for this contract. Equitable Adjustments The FSA CPP may make an equitable adjustment to the contract terms or pricing at its discretion. 3.07 CONDITIONS It is understood and agreed that any item offered or shipped as a result of this contract shall be the most current model offered. 639 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 33 3.08 PRODUCTION CUTOFF Vendors shall notify the FSA CPP in writing no less than sixty (60) calendar days prior to the close of final order date by the manufacturer when the final order date is during the term of the contract. Purchase Orders received by the Vendor ten (10) business days prior to the final order date must be accepted and entered into the order system with the manufacturer. Purchase Orders issued and received after the production cutoff date will be subject to availability. In this case, the Vendor and manufacturer have the discretion whether to choose to provide next year’s model at current year’s prices until the end of the contract term. If the manufacturer cutoff date is during the term of the contract and will affect the purchaser’s ability to obtain the items, FSA CPP may consider substitutions from the same manufacturer. 3.09 FACILITIES The FSA CPP reserves the right to inspect the Vendor’s facilities at any time with prior notice. 3.10 PURSUIT RATED VEHICLES & MOTORCYCLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on Police Vehicle Testing Program/Evaluation. These evaluations are not designed to recommend a particular product, but to serve as a resource for vehicles which are currently being offered for law enforcement service. To see the full detailed report, click or copy the links below. At the time of the bid there were two nationally recognized authorities: State of Michigan, Vehicle Test Team of the Michigan State Police (MSP) Precision Driving Unit Los Angeles County Sheriff’s Department Law Enforcement Vehicle Test and Evaluation Program Vehicles: 3.11 SPECIAL SERVICE VEHICLES Vehicles in this category have been reviewed by one or more of the nationally recognized authorities on pursuit vehicle testing program/evaluation. These vehicles are labeled as Special Service Vehicle (SSV) and often used in public safety applications and other areas of government. Refer to manufacturers published information for detailed information regarding these vehicles. 3.12 CAB AND CHASSIS PURCHASES Vendors performing upfitting of cab and chassis should be licensed and certified to perform such work. Vendors are responsible for tag and title work if the chassis is completed by the Vendor or the Vendor’s contracted third- party supplier. The requirements of Florida Statute 319.21 related to the manufacturer statement of origin apply to cab and chassis purchases. Cab and chassis may be purchased from the Vendor without any required additional upfitting by the Vendor. Vendors are not responsible for tag and title if an incomplete chassis is requested and sold to the purchaser. 3.13 FACTORY-INSTALLED OPTIONS All options specified as factory-installed are to be installed on the item at the primary site of assembly and are to 640 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 34 be the manufacturer’s standard assembly-line product. Aftermarket and vendor-installed equipment will not be accepted as factory-installed. Vendors found supplying aftermarket or vendor-installed equipment where factory- installed are specified shall be required to retrieve all delivered items and supply new items meeting the specifications. All factory-ordered options are to be original equipment manufacturer (OEM) and installed at the primary site of assembly unless otherwise noted by the Vendor and acknowledged in writing by the purchaser. Verbal agreements will not be recognized. 3.14 VENDOR-INSTALLED OPTIONS All vendor-installed accessories, equipment, or options shall be installed according to the manufacturer’s specifications. All vendor-installed options must be manufactured by an established manufacturer of the product provided. Vendors are required to disclose make and model of product being offered, the design and model must be approved by the purchaser prior to installation. Prior to any purchase, the Vendor must also disclose the warranty of any accessory, equipment or option that is less than or exceeds the factory or equipment warranty coverage. Any Vendor that violates this provision will be considered in default of the contract. FSA CPP may terminate the contract in accordance with these Terms & Conditions. 3.15 NON-SCHEDULED OPTIONS A non-scheduled option is an option not listed on the FSA CPP published award. Vendors may provide non- scheduled options at less than MSRP or the Published List Price. Non-scheduled options should be identified and listed as a separate line item with the price and discount on the purchase order. Non-scheduled options are covered under these Terms and Conditions. 3.16 FORCE MAJEURE A Vendor shall not be penalized for a delay resulting from the Vendor’s failure to comply with delivery requirements if neither the fault nor the negligence of the Vendor or its employees contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Vendor’s control, or for any of the foregoing that third party suppliers if no alternate source of supply is available to the Vendor. 3.17 PURCHASE ORDERS To initiate a purchase, a purchase order must be issued to the Vendor, which includes: • FSA CPP contract title and number; • FSA CPP item number; • Make and model or item description; and • Purchaser name, phone number and email address. The Vendor’s acceptance of a purchaser’s order will indicate that the Vendor agrees to deliver an awarded item that will be fully compatible with all of its options. Production schedules and delivery dates should be discussed at the time the quote is provided to the purchaser, or if no quote is provided, when the purchase order is delivered to the Vendor. Vendor shall place the order with the manufacturer within ten (10) business days of receipt of the purchase order. The Vendor shall assure that all orders are placed in full compliance with the specifications and the 641 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 35 terms and conditions of the contract and the purchase order. Any changes that are required to bring an item into compliance with the various options due to an incorrect order will be accomplished at the Vendor’s expense. A Confirmation of Order form shall be completed by the Vendor and provided to the purchaser and FSA CPP fifteen (15) calendar days from receipt of purchase order without request by the purchaser. Any additional information needed to complete this form should be obtained by the Vendor from the purchaser. While it is recommended that an agency purchase from the zone which is closest to their location, it is not mandatory to do so. If the purchaser determines that a Vendor in another zone can better serve their needs, the purchaser may order from a Vendor in another zone. Vendors that provide awarded items outside of an awarded zone may upon mutual agreement between the Vendor and the purchaser charge a delivery fee. If a Vendor receives a purchase order for an item for which they were not awarded, the Vendor must notify the purchaser and return the purchase order to the purchaser within three (3) business days. The Vendor must submit electronic copies of Purchase Orders within fifteen (15) calendar days of the Purchase Order issue date. Emails shall be sent to coop@flsheriffs.org. Purchase orders received by the Vendor after this deadline must be submitted to FSA CPP as soon as possible with the date received by the Vendor and cause for the delay. Purchase Orders should contain the following required information: • Purchaser name, • Purchase order number, • Purchase order issue date, • FSA CPP contract title and number, • Item number, • Item make and model, or item description, • Item price, • Options by item, and • Estimated delivery date. Purchase orders vary in format and information provided. If a purchase order does not include the required information, the Vendor must submit supplemental documentation to FSA CPP at the same time the purchase order is due. Such information may be in bid quotes, equipment proposals, confirmation of orders, or other documents. If a purchaser does not use purchase orders, written communication from the purchaser to the Vendor will be provided to FSA CPP. 3.18 REGISTRATION, TAG, AND TITLE Title items shall be the responsibility of the Vendor. If the purchaser is a government agency, the purchaser has the right to choose to register and title the item. Costs of registration, tag and title shall not exceed the statutory rates. FSA administrative fee does not apply to the cost of registration, tag and title. 3.19 DELIVERY Vendors are to inspect the item to confirm the item meets or exceeds the FSA Base Specifications, manufacturer specification, and purchase order. Deliveries not complying with these requirements may be rejected and will have to be redelivered at Vendor’s expense. 642 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 36 Delivery shall be within the normal working hours of the user, Monday through Friday, excluding holidays. Delivery schedules shall be agreed to by the purchaser and the Vendor. Vendor shall notify the purchaser no less than twenty-four (24) hours prior to delivery of the time and location, which shall reflect the mutually agreed upon delivery details. The Vendor shall be responsible for delivering items that are properly serviced, clean and in first class operating condition. Items shall be delivered with each of the following documents completed or included: 1. Copy of the Purchase Order. 2. Copy of the FSA Base Specifications. 3. Copy of manufacturer’s Invoice, price sheet, build sheet or other documentation that verifies what components are included on the item being delivered 4. Copy of the pre-delivery service report 5. Registration warranty certification 6. Owner’s manual 7. Registration, tag and title or an application for the registration, as applicable All items with fuel tanks of thirty-five (35) gallons or less must contain no less than one quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. For items that have more than thirty-five (35) gallons, a minimum of one eighth (1/8) of a tank of fuel must be provided. All electric vehicles must be delivered with a minimum charge level of 10 percent. The purchaser has the option to reject a vehicle with more than 350 odometer miles or may deduct $0.51 cents per mile in excess of 350 miles from the invoice, unless distance above 350 miles was previously approved by the purchaser. Deliveries of less than 350 miles may be accomplished by driving the vehicle. Any delivery accomplished by driving the vehicle must be supervised and the driver must comply with manufacturer’s break-in requirements and all applicable traffic laws. Any delivery accomplished by driving a pursuit-rated vehicle must use an “OUT OF SERVICE” cover on light bars. Deliveries in excess of 350 miles shall be made by transport, or otherwise approved by the purchaser, however, this requirement shall not apply to incomplete chassis. Items with hour meters must be delivered with fewer than five (5) hours on the hour meter or may be rejected by the purchaser. The purchaser may choose to negotiate a lower purchase price when the item exceeds five (5) hours. When items require service or adjustments upon delivery, the Vendor shall either remedy the defect, or be responsible for reimbursing the manufacturer’s local authorized representative or other service provider to remedy the defect. Such service or adjustments shall be initiated by the Vendor within 48 hours after notification by a purchaser, not to include weekends and holidays. Delivery will not be considered complete until all services or adjustments are satisfactory, and the item is redelivered or repaired. The cost of any transportation required to address the defect shall be the responsibility of the Vendor until the items are satisfactory and accepted by the purchaser. 3.20 INSPECTION AND ACCEPTANCE Final acceptance shall be given only after the purchaser inspects or confirms the item meets contract specifications. Delivery of an item to a purchaser does not constitute acceptance for the purpose of payment. Inspection and acceptance will be at the purchaser’s destination unless otherwise previously agreed upon location was provided in the purchase order. Should the delivered items differ in any respect from the FSA Base Specifications, payment can be withheld until such time as the Vendor completes the necessary corrective action. 643 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 37 3.21 INVOICING AND PAYMENTS Invoicing and payments shall be the responsibility of the Vendor and purchaser placing orders using this contract. Vendors must invoice each purchaser independently. The Vendor shall be paid upon submission of invoices to the purchaser after satisfactory delivery and acceptance of the items. While the Local Government Prompt Payment Act applies to ensure timely payment of Vendor invoices, the FSA CPP encourages purchasers to make payment within thirty (30) days of acceptance of the item. The Local Government Prompt Payment Act is defined in Sections 218.70–218.79 of Florida Statutes. 3.22 WARRANTY All warranties shall begin at the time of delivery and final acceptance by the purchaser. The purchaser’s warranty should not be active for incomplete items and items delivered to a third-party supplier before final delivery. 3.23 QUARTERLY REPORTS Quarterly reports are the contractual responsibility of each Vendor. Quarterly reports must be completed and submitted electronically. All quarterly reports shall be sent to reports@flsheriffs.org. The quarterly report template shall be submitted using an Excel workbook provided by FSA CPP. Quarterly reports which do not adhere to the required format or are not complete of all purchase orders received and/or deliveries made during the quarter will be returned to the reporting Vendor for correction. Quarterly reports are due no later than the 15th day of the month following the end of the quarter. Quarterly reports shall follow the schedule below for the duration of the contract. If a contract extension is executed, the quarterly reports will maintain the same schedule for future reporting periods. Contract Year: October 1, 2024 – September 30, 2025 Year 1 Quarter 1: October 1 – December 31 Q1 Report Due: January 15 Year 1 Quarter 2: January 1 – March 31 Q2 Report Due: April 15 Year 1 Quarter 3: April 1 – June 30 Q3 Report Due: July 15 Year 1 Quarter 4: July 1 – September 30 Q4 Report Due: October 15 Quarterly reports must be submitted even if there are no sales or no deliveries in a quarter. If a Vendor has no sales within a quarter, the Vendor shall indicate “No sales this quarter” on the top row of the sales worksheet. If the Vendor has no deliveries in a given quarter, the Vendor shall indicate “No deliveries this quarter” on the top row of the delivery worksheet. FSA CPP reserves the right to modify the procedure for submitting quarterly reports during the term of the contract. Such a change shall not materially modify the substance of the information to be reported but may change the method by which future quarterly reports are to be submitted. In the event of such a change, FSA CPP will provide written notice to all Vendors of the method by which future quarterly reports are to be submitted. 3.24 ADMINISTRATIVE FEE The FSA CPP charges three quarters of one percent (.0075) to procure, process and administer the contract. The administrative fees are the contractual responsibility of each awarded Vendor. 644 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 38 After receipt of payment from contract purchases, the Vendor shall remit all administrative fees to the FSA CPP no later than fifteen (15) calendar days after the end of each quarter. All fees payable to the FSA CPP during any given quarter will be accompanied and supported by a quarterly report. The administrative fee will remain payable to FSA CPP and no relief from payment of the administrative fee, nor any additional charge to recoup the administrative fee, will be permitted if a Vendor fails to incorporate the administrative fee in its bid pricing. The administrative fee should never be listed as a separate line item on any purchase order or invoice. The administrative fee is based on the total purchase order amount of new items. This fee excludes any value given to purchasers for trade-ins. Trade-ins, extended warranties and other exchanges will not reduce or impact the fee calculation. The ACH form for electronic payment or wiring of funds is included in Appendix C. It is the preference of FSA CPP that all payments be electronically paid and submitted. If ACH is not available, checks for the administrative fee can be sent to: Florida Sheriffs Association Cooperative Purchasing Program 2617 Mahan Drive Tallahassee, FL 32308 3.25 LIQUIDATED DAMAGES The Vendor warrants that the item supplied to the purchaser shall conform in all respects to the standards set forth and the failure to comply with this condition will be considered as a breach of contract. Any liquidated damages levied because of inadequacies or failures to comply with these requirements shall be borne solely by the Vendor responsible for same. Failure to submit the administrative fee with accompanying quarterly reports to FSA CPP within fifteen (15) calendar days following the end of each quarter may result in the imposition of liquidated damages. Vendors failing to submit administrative fees and/or quarterly reports will incur liquidated damages in the amount of $25 for each calendar day that fees and reports are past due, beginning on the 16th day following the end of the quarter. If a civil action is initiated by the FSA to recover administrative fees or liquidated damages as set forth in this section, the prevailing party shall be entitled to its reasonable attorneys’ fees and costs incurred in the litigation. The venue shall lie in the Circuit Court for the Second Judicial Circuit in and for Leon County, Florida. When quarterly reports are late, liquidated damages are to be included in Vendor’s Quarterly Report and administrative fee submission. Liquidated damages that remain unpaid beyond forty-five (45) calendar days can result in FSA CPP, at its sole discretion, implementing contract compliance actions, including but not limited to, suspension, limited participation by specifications or zones, disqualification from future solicitations, or termination for cause pursuant to the Terms & Conditions. 645 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 39 Schedule of Liquidated Damages Failure to submit quarterly report on time $25 per calendar day Failure to submit administrative fee on time $25 per calendar day Failure to report a Purchase Order to FSA CPP within 15 calendar days of the purchase order issue date $100 per Purchase Order Failure to Report Sales .0075 of the sales price plus 1.5% each month following the delivery date. Vendor agrees and acknowledges that its failure to take any of the actions specified in the above schedule will result in liquidated damages to this contract. Vendor agrees and acknowledges that these liquidated damages are not intended to be and do not constitute a penalty and that these amounts are reasonably calculated to compensate the FSA for the damages that it will incur as a result of the Vendor’s failure to take the specified actions. 646 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 40 Appendix A: Zone Map 647 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 41 Appendix B. Bid Calendar FSA24-VEL32.0 Bid Calendar Date Bid Announcement 4/1/2024 Voluntary Interested Bidder Workshop FSA24-VEL32.0 6/12/2024 New Items & Specifications Submissions Due 6/20/2024 Mandatory Pre-Bid FSA24-VEL32.0 7/10/2024 Requests for Clarifications Due to FSA 7/17/2024 FSA Response to Requests for Clarifications 7/24/2024 VendorLink Bidder Training Session 7/18/2024 Bid System Opens 7/29/2024 Cone of Silence 7/29/2024 - 9/3/2024 Bid Submissions Due 8/31/2024 (11:59:59 pm) Bid Tabulations Posted 9/3/2024 Public Bid Opening 9/3/2024 Bid Evaluations 9/9/24 - 9/13/24 Intent To Award 9/16/2024 Final Award 10/1/2024 648 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 42 Appendix C: ACH Payments 649 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 43 Appendix D: Federal Clauses Applicability of Third-Party Contract Provisions* (Excluding micro-purchases, except Davis-Bacon requirements apply to construction contracts exceeding $2,000.) In addition to other provisions negotiated with purchasers placing federally funded purchase orders, Vendors must comply with the following provisions upon award of a federally funded purchase order: PROVISION Professional Services/A&E Operations/ Management Construction Materials & Supplies Equal Employment Opportunity All Davis-Bacon Act >$2,000 Copeland “Anti-Kickback” Act >$2,000 Contract Work Hours and Safety Standards Act >$100,000 >$100,000 >$100,000 >$100,000 Rights to Inventions Made Under a Contract or Agreement If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work If the purchase order involves performance of experimental, developmental or research work Clean Air Act >$150,000 >$150,000 >$150,000 >$150,000 Federal Water Pollution Control Act >$150,000 >$150,000 >$150,000 >$150,000 Debarment and Suspension All All All All Byrd Anti-Lobbying Amendment >$100,000 >$100,000 >$100,000 >$100,000 Procurement of Recovered Materials All All All All Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment All All All All Domestic Preferences for Procurements All All All All *References to the code of regulations (CFR) or United States Code (USC) were accurate at the time of publication. It is the responsibility of the Bidder to ensure compliance is met of the referenced state and federal laws within the published rules. EQUAL EMPLOYMENT OPPORTUNITY: Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The clause set forth in 41 CFR 60-1.4(b) is incorporated herein by reference. Vendor must comply with this clause and include this clause in all lower-tier federal assisted construction contracts. 650 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 44 DAVIS-BACON ACT, as amended (40 U.S.C. 3141-3148): When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Vendors performing construction must comply with all applicable provisions of the Davis-Bacon Act and include this clause in all lower-tier subcontracts for construction. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C., chapter 37): Vendor shall comply with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C., chapter 37), as supplemented by Department of Labor regulations (29 CFR part 5). (a) Overtime requirements. Neither Vendor nor any contractor or subcontractor contracting for any part of the purchase order work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in Paragraph 15(a), Vendor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, Vendor or such subcontractor shall be liable to the United States (in the case of work done under the Contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in Paragraph 15(a), in the sum of $29 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in Paragraph 15(a) of this section. (c) Withholding for unpaid wages and liquidated damages. Purchaser shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by Vendor or a subcontractor under the purchase order or any other Federal contract with Purchaser, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by Purchaser, such sums as may be determined to be necessary to satisfy any liabilities of Vendor or its subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in Paragraph (a). (d) Subcontracts. Vendor shall insert in any subcontracts over $100,000 for construction and other purposes that involve the employment of mechanics or laborers, the clauses set forth in Paragraphs (a) through (d) and also a clause requiring the subcontractors to include these clauses in any lower-tier subcontracts. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT: If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with 651 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 45 a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Vendor shall comply with these requirements when performing a purchase order involving experimental, developmental or research work and flowdown this clause to lower-tier subcontractors performing such work. CLEAN AIR ACT (42 U.S.C. 7401 et seq.) and the FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. 1251 et seq.), as amended: Vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor shall comply with the requirements of Clean Air Act and the Federal Water Pollution Control Act and include this clause in all lower-tier subcontracts with a value over $150,000. DEBARMENT AND SUSPENSION (E.O.s 12549 and 12689): By accepting or performing this purchase order, Vendor certifies that it is not identified in the Exclusions area of the System for Award Management as being currently debarred, suspended, proposed for debarment, or otherwise excluded (“SAM Exclusion”). Vendor shall obtain similar certifications from its lower-tier subcontractors for each subcontract in excess of $25,000 and Vendor shall not award lower-tier subcontracts in excess of $25,000 to an entity subject to a SAM Exclusion. LOBBYING RESTRICTIONS (31 U.S.C. 1352): By accepting or performing this purchase order, Vendor certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Vendor shall also disclose to Purchaser any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award or contract. Vendor shall flow down this clause and require this certification for lower-tier subcontractors with a subcontract of $100,000 or more. Vendor shall provide its disclosure and all disclosures received from lower-tier subcontractors to Purchaser. PROCUREMENT OF RECOVERED MATERIALS: A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Vendor shall comply with this clause and include this clause in all lower-tier subcontracts. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT: (a) Recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115- 232, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 652 Florida Sheriffs Association Cooperative Purchasing Program Contract Terms and Conditions Page 46 (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (b) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize available funding and technical support to assist affected businesses, institutions and organizations as is reasonably necessary for those affected entities to transition from covered communications equipment and services, to procure replacement equipment and services, and to ensure that communications service to users and customers is sustained. (c) See Public Law 115-232, section 889 for additional information. DOMESTIC PREFERENCES FOR PROCUREMENTS: (a) As appropriate and to the extent consistent with law, the non-Federal entity should, to the greatest extent practicable under a Federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). Vendor agrees to comply with the requirements of this clause and include the requirements of this clause in all subawards including all contracts and purchase orders for work or products under this award. (b) For purposes of this section: (1) “Produced in the United States” means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) “Manufactured products” means items and construction materials composed in whole or in part of non- ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 653 032824-NAF Rev. 3/2022 1 Solicitation Number: RFP #032824 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC, dba National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Class 4-8 Chassis and Cabs with Related Equipment, Accessories, and Services from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. EXPIRATION DATE AND EXTENSION. This Contract expires July 9, 2028, unless it is cancelled sooner pursuant to Article 22. This Contract allows up to three additional one-year extensions upon the request of Sourcewell and written agreement by Supplier. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances. B. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All other rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES          654 032824-NAF Rev. 3/2022 2 A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above. Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase.          655 032824-NAF Rev. 3/2022 3 A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number;          656 032824-NAF Rev. 3/2022 4 x Clearly specify the requested change; x Provide sufficient detail to justify the requested change; x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized          657 032824-NAF Rev. 3/2022 5 subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum, the terms of which will be negotiated directly between the Participating Entity and the Supplier or its authorized dealers, distributors, or resellers, as applicable. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE          658 032824-NAF Rev. 3/2022 6 A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for: x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, performance issues, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted          659 032824-NAF Rev. 3/2022 7 price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Contract are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties.          660 032824-NAF Rev. 3/2022 8 D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties. E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party. For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use the trademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier.          661 032824-NAF Rev. 3/2022 9 b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers, resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.          662 032824-NAF Rev. 3/2022 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.          663 032824-NAF Rev. 3/2022 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for products liability-completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms          664 032824-NAF Rev. 3/2022 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Professional/Technical, Errors and Omissions, and/or Miscellaneous Professional Liability. During the term of this Contract, Supplier will maintain coverage for all claims the Supplier may become legally obligated to pay resulting from any actual or alleged negligent act, error, or omission related to Supplier’s professional services required under this Contract. Minimum Limits: $2,000,000 per claim or event $2,000,000 – annual aggregate 6. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf.          665 032824-NAF Rev. 3/2022 13 Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing.          666 032824-NAF Rev. 3/2022 14 Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time. 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with          667 032824-NAF Rev. 3/2022 15 the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions. C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA).          668 032824-NAF Rev. 3/2022 16 Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and          669 032824-NAF Rev. 3/2022 17 records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier cannot use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by a Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested.          670 032824-NAF Rev. 3/2022 18 R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322. 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC, dba National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: National Fleet Manager Date: ________________________ Date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id Number: RFP 032824 Vendor Name: 72 HOUR LLC          672 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXUUHVSRQVHZLWKRXWDOVR SURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQH[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐHYHQWௐRIௐ DZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐDVௐ6XSSOLHU ௐ+285ௐ//&  ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐHTXLSPHQWௐ SURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ3URSRVDO ௐ+RXUௐ//&  ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐWKHௐ 3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ/LQHௐௐDERYH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS   3URYLGHௐ\RXUௐ&$*(ௐFRGHௐRUௐ8QLTXHௐ(QWLW\ௐ,GHQWLILHUௐ 6$0  <)+'=='<  3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZ1DWLRQDODXWRIOHHWJURXSFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐ DGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐPXVWௐKDYHௐDXWKRULW\ௐWRௐ VLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐRIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ 3URSRVHUௐDQGௐLQௐWKHௐHYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐ WKHௐUHVXOWLQJௐFRQWUDFW  -HVVHௐ&RRSHU 1DWLRQDOௐ)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP    3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐDGGUHVVௐ HPDLOௐDGGUHVVௐ ௐSKRQH  -HVVHௐ&RRSHU 1DWLRQDOௐ)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP    3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  &ODUNHௐ&RRSHU 1DWLRQDOௐ)OHHWௐ0DQDJHU ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ &ODUNHFRRSHU#ZDWVRQYLOOHIOHHWJURXSFRPௐ  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          673 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐ FRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐLQGXVWU\ௐ ORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐHVWDEOLVKHGௐLQௐௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐDQGௐERDVWVௐDௐULFKௐKLVWRU\ௐRIௐIDPLO\GULYHQௐ VXFFHVVௐ)URPௐKXPEOHௐEHJLQQLQJVௐZLWKௐDௐVLQJOHௐGHDOHUVKLSௐZH YHௐJURZQௐLQWRௐDௐQDWLRQZLGHௐQHWZRUNௐRIௐRYHUௐௐ GHDOHUVKLSVௐWKDQNVௐWRௐWKHௐGHGLFDWLRQௐDQGௐYLVLRQௐRIௐRXUௐIDWKHU 2QHௐRIௐRXUௐFRUHௐYDOXHVௐKDVௐDOZD\VௐEHHQௐIRVWHULQJௐDௐVWURQJௐFRPSDQ\ௐFXOWXUHௐDQGௐZHௐDFKLHYHௐWKLVௐE\ௐSULRULWL]LQJௐLQWHUQDOௐ JURZWKௐ:HௐSURXGO\ௐSURPRWHௐIURPௐZLWKLQௐOHYHUDJLQJௐWKHௐWDOHQWௐDQGௐH[SHULHQFHௐRIௐRXUௐGHGLFDWHGௐWHDPௐPHPEHUVௐ7KLVௐ DSSURDFKௐQRWௐRQO\ௐHQVXUHVௐFRQWLQXLW\ௐDQGௐDௐGHHSௐXQGHUVWDQGLQJௐRIௐRXUௐYDOXHVௐEXWௐDOVRௐIRVWHUVௐDௐVHQVHௐRIௐOR\DOW\ௐDQGௐ EHORQJLQJௐDPRQJௐRXUௐHPSOR\HHV 7KLVௐFRPPLWPHQWௐWRௐLQWHUQDOௐGHYHORSPHQWௐKDVௐEHHQௐLQVWUXPHQWDOௐLQௐRXUௐH[SDQVLRQௐDOORZLQJௐXVௐWRௐFXOWLYDWHௐDௐOHDGHUVKLSௐ WHDPௐWKDWௐHPERGLHVௐRXUௐFRUHௐYDOXHVௐDQGௐGULYHVௐRXUௐFRQWLQXHGௐVXFFHVVௐ:HௐDUHௐSURXGௐRIௐWKHௐMRXUQH\ௐZH YHௐWDNHQௐDQGௐ H[FLWHGௐIRUௐWKHௐIXWXUHௐDVௐZHௐFRQWLQXHௐWRௐHPSRZHUௐRXUௐWHDPௐDQGௐSURYLGHௐH[FHSWLRQDOௐVHUYLFHௐWRௐRXUௐFXVWRPHUV )RUௐRYHUௐௐ\HDUVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐUHPDLQHGௐDௐIDPLO\RZQHGௐDQGௐRSHUDWHGௐFRPSDQ\ௐ7KHௐ&RRSHUௐIDPLO\ௐ KDVௐGHHSௐURRWVௐLQௐWKHௐDXWRPRELOHௐLQGXVWU\ௐZLWKௐDௐSDVVLRQௐIRUௐH[FHHGLQJௐH[SHFWDWLRQVௐSDVVHGௐGRZQௐWKURXJKௐJHQHUDWLRQVௐ 7RGD\ௐHYHQௐRXUௐIXWXUHௐJHQHUDWLRQVௐDUHௐOHDUQLQJௐWKHௐURSHVௐHQVXULQJௐGHFDGHVௐPRUHௐRIௐLQGXVWU\ௐOHDGHUVKLS :HௐDUHQ WௐMXVWௐVHOOLQJௐYHKLFOHVௐZH UHௐEXLOGLQJௐUHODWLRQVKLSVௐWKDWௐODVWௐ2XUௐIDPLO\ௐYDOXHVௐRIௐLQWHJULW\ௐGHGLFDWLRQௐDQGௐ FXVWRPHUௐVHUYLFHௐSHUPHDWHௐHYHU\WKLQJௐZHௐGRௐ7KLVௐFRPPLWPHQWௐKDVௐHDUQHGௐXVௐQXPHURXVௐLQGXVWU\ௐDZDUGVௐDQGௐWKHௐWUXVWௐ RIௐFRXQWOHVVௐFOLHQWVௐ%XWௐWKLVௐLVௐMXVWௐWKHௐEHJLQQLQJௐ:LWKௐIUHVKௐSHUVSHFWLYHVௐIURPௐIXWXUHௐJHQHUDWLRQVௐMRLQLQJௐWKHௐWHDPௐ ZH UHௐH[FLWHGௐWRௐOHDGௐWKHௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVQ WௐMXVWௐDERXWௐGHOLYHULQJௐYHKLFOHVௐLW VௐDERXWௐGHOLYHULQJௐSHDFHௐRIௐPLQGௐ2XUௐXQZDYHULQJௐ FRPPLWPHQWௐWRௐWKHௐௐ5,*+7VௐGHOLYHULQJௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDQGௐDWௐWKHௐ5,*+7ௐ SULFHௐHQVXUHVௐRXUௐFOLHQWVௐH[SHULHQFHௐXQPDWFKHGௐVDWLVIDFWLRQௐDQGௐVXFFHVV 6LQFHௐௐZH YHௐZLWQHVVHGௐWKHௐDXWRௐLQGXVWU\ௐVKLIWௐJHDUVௐHYROYLQJௐIURPௐJDVSRZHUHGௐPDFKLQHVௐWRௐWKHௐFXWWLQJௐHGJHௐRIௐ DOOHOHFWULFௐDQGௐIXHOௐFHOOௐWHFKQRORJ\ௐ7KURXJKௐLWௐDOOௐRQHௐWKLQJௐKDVௐUHPDLQHGௐFRQVWDQWௐRXUௐFRUHௐYDOXHV (YHQௐLQௐWRGD\ VௐUDSLGO\ௐFKDQJLQJௐODQGVFDSHௐZHௐKROGௐVWHDGIDVWௐWRௐWKHௐSULQFLSOHVௐWKDWௐKDYHௐJXLGHGௐXVௐIRUௐGHFDGHVௐ7KHVHௐ YDOXHVௐ±ௐLQWHUQDOௐJURZWKௐFXVWRPHUௐIRFXVௐHIILFLHQF\ௐWHDPZRUNௐDFFRXQWDELOLW\ௐDQGௐLQWHJULW\ௐDUHௐWKHௐHQJLQHௐWKDWௐSRZHUVௐ RXUௐJURZWKௐDQGௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐH[FHHGLQJௐH[SHFWDWLRQV :KLOHௐWKHௐYHKLFOHVௐZHௐRIIHUௐPD\ௐKDYHௐFKDQJHGௐRXUௐGHGLFDWLRQௐWRௐSURYLGLQJௐVXSHULRUௐFXVWRPHUௐVHUYLFHௐUHPDLQVௐDVௐVWURQJௐ DVௐHYHUௐ:HௐHPEUDFHௐWKHௐIXWXUHௐZLWKௐWKHௐVDPHௐSDVVLRQௐDQGௐGHWHUPLQDWLRQௐWKDWௐIXHOHGௐRXUௐVXFFHVVௐLQௐWKHௐSDVWௐHQVXULQJௐ WKDWௐRXUௐFXVWRPHUVௐFRQWLQXHௐWRௐUHFHLYHௐWKHௐH[FHSWLRQDOௐVHUYLFHௐWKH\ௐGHVHUYH   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐDQௐDZDUG" 6HFXULQJௐDQRWKHUௐ6RXUFHZHOOௐFRQWUDFWௐZRXOGௐPDUNௐRXUௐVL[WKௐSURSHOOLQJௐXVௐWRௐHYHQௐJUHDWHUௐKHLJKWVௐE\ௐOHYHUDJLQJௐRXUௐ SURYHQௐWUDFNௐUHFRUGௐRIௐVHUYLQJௐFXVWRPHUVௐQDWLRQZLGHௐ7KLVௐH[SDQVLRQௐIXHOVௐRXUௐFRPPLWPHQWௐWRௐLQYHVWௐLQௐRXUௐGLYLVLRQVௐ SDUWLFXODUO\ௐRXUௐ3DUWQHUௐ3URJUDPௐ GHWDLOVௐLQௐXSORDGHGௐ=LSௐILOH ௐ7KLVௐLQQRYDWLYHௐSURJUDPௐHPSRZHUVௐPHPEHUVௐWRௐ UHFRPPHQGௐORFDOௐXSILWWHUVௐIRVWHULQJௐZLQZLQௐSDUWQHUVKLSVௐDQGௐGHOLYHULQJ   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐPHDQLQJIXOௐ GDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐILQDQFLDOௐVWDWHPHQWVௐ6(&ௐ ILOLQJVௐFUHGLWௐDQGௐERQGௐUDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐ UHIHUHQFHௐOHWWHUVௐ8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐ WKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKDYHௐGHPRQVWUDWHGௐWKURXJKRXWௐWKHௐSDVWௐௐ\HDUVௐWRௐRXUௐILQDQFLDOௐLQVWLWXWLRQVௐWKDWௐZHௐVWDELOLW\ௐLQௐWKHௐPDUNHWௐSODFHௐ DQGௐZLWKௐWKLVௐPHDQLQJௐGDWDௐRXUௐEDQNௐKDVௐSURYLGHGௐXVௐZLWKௐDௐௐௐIORRUௐSODQௐOLPLWௐWRௐKHOSௐLQௐRXUௐJURZLQJௐ RSHUDWLRQVௐZKLFKௐLQFOXGHௐ6RXUFHZHOOௐ0HPEHUV  :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐDUHௐ SURSRVLQJ" 2XUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐSURGXFWVௐDQGௐPRGHOVௐZHௐDUHௐRIIHULQJௐLVௐURXJKO\ௐௐDVௐUHSUHVHQWHGௐE\ௐWKHௐௐ PDQXIDFWXUHUV  :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ\RXௐ DUHௐSURSRVLQJ" :KLOHௐZHௐKDYHQ Wௐ\HWௐHQWHUHGௐWKHௐ&DQDGLDQௐPDUNHWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS VௐSURYHQௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐIXHOVௐ RXUௐDJJUHVVLYHௐH[SDQVLRQௐSODQVௐZLWKௐDௐVWURQJௐIRFXVௐRQௐLQWHUQDWLRQDOௐPDUNHWVௐOLNHௐ&DQDGDௐ:HௐDUHௐFRQILGHQWௐWKDWௐRXUௐ H[SHUWLVHௐDQGௐFRPPLWPHQWௐWRௐLQQRYDWLRQௐZLOOௐDOORZௐXVௐWRௐPDNHௐDௐVLJQLILFDQWௐLPSDFWௐLQௐWKHௐQHDUௐIXWXUHௐH[SDQGLQJௐRXUௐ UHDFKௐDQGௐVHUYLQJௐFXVWRPHUVௐDFURVVௐQHZௐERUGHUV   +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐSURWHFWLRQ"ௐ,Iௐ VRௐH[SODLQௐLQௐGHWDLO 1R   +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐPDQXIDFWXUHUௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐSURYLGHU"ௐௐ$QVZHUௐ ZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐMXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ \RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐZULWWHQௐ DXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐ PDQXIDFWXUHUௐRIௐWKHௐSURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐ LVௐ\RXUௐGHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐPDQXIDFWXUHUௐRUௐ VHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐUHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐ VHUYLFHௐIRUFHௐDQGௐZLWKௐ\RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐ SURGXFWVௐDQGௐVHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐ LQGLYLGXDOVௐ\RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" $ ௐZHௐDUHௐEHVWௐGHVFULEHGௐDVௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐDQGௐDOOௐRXUௐZULWWHQௐDXWKRUL]DWLRQௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ 5HODWHGௐ&HUWLILFDWHVௐVHFWLRQ   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐWKHௐOLFHQVHVௐ DQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐEHௐKHOGௐDQGௐDFWXDOO\ௐ KHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐ VXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐLQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐ FRQWHPSODWHGௐE\ௐWKLVௐ5)3 :KDWௐLVௐUHTXLUHGௐGRHVௐYDU\ௐIURPௐVWDWHௐWRௐVWDWHௐKRZHYHUௐZHௐௐ+RXUௐ//&ௐGRௐKROGௐDOOௐDSSOLFDEOHௐOLFHQVHVௐDQGௐ FHUWLILFDWLRQVௐUHTXLUHGௐE\ௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐWRௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐ1HZ8QXVHGௐ9HKLFOHVௐZHௐDUHௐIUDQFKLVHGௐIRUௐ DQGௐVHOOௐVHUYLFHௐDQGௐGHOLYHU\ௐDQ\ௐYHKLFOHௐZHௐDUHௐQRWௐIUDQFKLVHGௐIRUௐWKURXJKௐRXUௐUHVHOOHUVௐSHUPLWௐ$OOௐRXUௐGHDOHUௐSDUWQHUVௐ DFURVVௐWKHௐFRXQW\ௐKDYHௐSURYLGHௐXVௐZLWKௐWKHUHௐGHDOHUௐFHUWLILFDWHVௐDQGௐGHSDUWPHQWௐRIௐPRWRUௐYHKLFOHVௐFHUWLILFDWHVௐWRௐDOORZௐ 1$)*ௐWRௐSDUWQHUௐDQGௐVHOOௐWKHUHௐSURGXFWVௐ$OOௐGRFXPHQWVௐDUHௐDWWDFKHGௐLQௐWKHௐ&HUWLILFDWHVௐVHFWLRQ   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐKDVௐ DSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ\HDUV 1RQHௐH[LVW  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          674 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐWKDWௐ\RXUௐ FRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1$)*ௐKDVௐDௐVWURQJௐWUDFNௐUHFRUGௐRIௐVXFFHVVௐFRQVLVWHQWO\ௐUDQNLQJௐDPRQJௐWKHௐWRSௐGHDOHUVKLSVௐLQௐ*RYHUQPHQWௐ6DOHVௐIRUௐ )RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐUHFHLYLQJௐKLJKௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐIRUௐLWVௐ&KHYUROHWௐEUDQG 7KHௐPRVWௐSURGLJLRXVௐDZDUGௐ1$)*ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐௐ\HDUVௐZRXOGௐEHௐ7RSௐ3ODFHPHQWௐLQௐ)RUGௐ0RWRUௐ &RPSDQ\ௐDVௐDௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐIROORZHGௐE\ௐRXUௐKLJKௐUDQNLQJௐUHFRJQLWLRQௐIURPௐ*HQHUDOௐ0RWRUVௐ IRUௐRXUௐ&KHYUROHWௐEUDQGௐ%RWKௐ1$)*ௐKDVௐUHFHLYHGௐௐRIௐWKHௐSDVWௐௐ\HDUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐJRYHUQPHQWDOௐVHFWRUௐLQௐ WKHௐSDVWௐWKUHHௐ\HDUV ,QௐRXUௐGLYLVLRQௐLQௐ)OHHWௐZHௐKDYHௐVROGௐDERXWௐௐWRௐ*RYHUQPHQWௐDFFRXQWV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐVHFWRUௐLQௐWKHௐ SDVWௐWKUHHௐ\HDUV $VௐDௐSHUFHQWDJHௐRIௐRXUௐVDOHVௐLQௐWKHௐ*RYHUQPHQWௐDERXWௐௐZRXOGௐEHௐFRQVLGHUHGௐWRௐ8QLYHUVLWLHVௐDQGௐ8QLILHGௐ6FKRROௐ 'LVWULFWV  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐWKDWௐ \RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐGXULQJௐWKHௐSDVWௐWKUHHௐ\HDUVௐ 6HFRQGௐRXUௐ6RXUFHZHOOௐ&RQWUDFW VௐௐDQGௐௐZKLFKௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUV /$':3ௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ &LW\ௐRIௐ6DQௐ'LHJRௐ&RQWUDFWVௐYDOXHGௐRYHUௐௐ   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐKROGௐ :KDWௐLVௐWKHௐDQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" 1$)*ௐIRFXVௐLVௐRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFWVௐZHௐGRௐQRWௐKROGௐDQ\ௐRWKHUௐEHVLGHVௐWKHௐ6WDWHௐRIௐ &DOLIRUQLD  7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ &$ 'DYLGௐ&RPHU   /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ:DWHUௐ ௐ3RZHUௐ &$ 3KLOLSௐ/\ &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ 1- -DPHVௐ/RYHUR  :DVKLQJWRQௐ6XEXUEDQௐ6DQLWDU\ௐ&RPPLVVLRQௐ 0DU\ODQG -DUUHWWௐ%DXPJDUWQHU  7RZQௐRIௐ+HPSVWHDGௐ 1< &KULVWRSKHUௐ&DUWHU  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKHHQWLW\LVORFDWHGLQVFRSH RIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV 3RUWௐRIௐ/RVௐ$QJHOHVௐ 0Uௐ'DYLGௐ&RPHU  *RYHUQPHQW &DOLIRUQLD&$ 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ  /RVௐ$QJHOHVௐ'HSDUWPHQWௐRIௐ :DWHUௐ ௐ3RZHUௐ 0Uௐ3KLOLSௐ/\ௐ  *RYHUQPHQW &DOLIRUQLD&$ 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐௐ 2YHUௐௐ  &LW\ௐRIௐ-HUVH\ௐ&LW\ௐ 0Uௐ-DPHVௐ/RYHURௐ  *RYHUQPHQW 1HZ-HUVH\1- 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ  :DVKLQJWRQௐ6XEXUEDQௐ 6DQLWDU\ௐ&RPPLVVLRQௐ 0Uௐ-DUUHWWௐ%DXPJDUWQHU  *RYHUQPHQW 0DU\ODQG0' 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ  (Oௐ3DVRௐ:DWHUௐ 0Uௐ,YDQௐ,EDUUDௐ  *RYHUQPHQW 7H[DV7; 3URYLGHGௐ1HZௐ9HKLFOHVௐZLWKௐ8SILWV 2YHUௐ 2YHUௐௐ  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          675 7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH <RXUUHVSRQVHVKRXOGDGGUHVVLQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFK VHFWRUZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐERDVWVௐDௐUREXVWௐVDOHVௐIRUFHௐH[FHHGLQJௐௐGHGLFDWHGௐSHUVRQQHOௐ7KLVௐLQFOXGHVௐERWKௐGLUHFWௐ HPSOR\HHVௐDQGௐDௐQHWZRUNௐRIௐSDUWQHUௐGHDOHUVௐHQVXULQJௐFRPSUHKHQVLYHௐVXSSRUWௐIRUௐGHDOHUVKLSVௐDQGௐRXUௐGHGLFDWHGௐIOHHWௐ GLYLVLRQௐ2XUௐLQGLUHFWௐVDOHVௐIRUFHௐVHDPOHVVO\ௐFRPSOHPHQWVௐRXUௐGLUHFWௐWHDPௐHIIHFWLYHO\ௐVHUYLQJௐH[LVWLQJௐPHPEHUௐQHHGVௐ $VௐRXUௐPHPEHUௐEDVHௐH[SDQGVௐZH UHௐFRPPLWWHGௐWRௐVFDOLQJௐRXUௐWHDPௐDFFRUGLQJO\ௐWRௐPDLQWDLQௐH[FHSWLRQDOௐVHUYLFHௐOHYHOV   'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 1$)*ௐOHYHUDJHVௐDQௐXQSDUDOOHOHGௐIUDQFKLVHௐQHWZRUNௐHQFRPSDVVLQJௐௐOHDGLQJௐPDQXIDFWXUHUVௐ7KHVHௐLQGXVWU\ௐJLDQWVௐOLNHௐ )RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRUVௐ&'-5ௐHWF ௐERDVWௐDௐQDWLRQZLGHௐSUHVHQFHௐHQVXULQJௐRXUௐPHPEHUVௐUHFHLYHௐ VHDPOHVVௐVHUYLFHௐDQGௐZDUUDQW\ௐUHSDLUVௐIRUௐWKHLUௐYHKLFOHVௐ+LVWRULFDOO\ௐDXWRௐPDQXIDFWXUHUVௐKDYHௐIDFHGௐFKDOOHQJHVௐLQௐ GLVWULEXWLQJௐDXWRPRELOHVௐDQGௐFDEௐFKDVVLVௐ+RZHYHUௐWKHௐ8QLWHGௐ6WDWHVௐERDVWVௐWKHௐZRUOG VௐPRVWௐHIILFLHQWௐDXWRPRWLYHௐ VXSSO\ௐFKDLQௐQHWZRUNௐDQGௐDVௐIUDQFKLVHGௐGHDOHUVௐRIௐWKHVHௐUHQRZQHGௐEUDQGVௐ1$)*ௐFDSLWDOL]HVௐRQௐWKLVௐDGYDQWDJHௐWRௐ HIILFLHQWO\ௐVKLSௐDQGௐVXSSO\ௐYHKLFOHVௐWRௐRXUௐPHPEHUVௐQDWLRQZLGH   6HUYLFHௐIRUFH 2XUௐH[WHQVLYHௐQHWZRUNௐRIௐVHUYLFHௐORFDWLRQVௐVSDQQLQJௐWKRXVDQGVௐRIௐIDFLOLWLHVௐDFURVVௐRXUௐௐPDQXIDFWXUHUVௐHQVXUHVௐ FRQYHQLHQWௐDFFHVVௐIRUௐRXUௐPHPEHUVௐ7KLVௐFRPSUHKHQVLYHௐFRYHUDJHௐDOORZVௐWKHPௐWRௐHDVLO\ௐILQGௐVHUYLFHௐVWDWLRQVௐRUௐ ZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐQHDUE\ௐPLQLPL]LQJௐGRZQWLPHௐDQGௐPD[LPL]LQJௐFRQYHQLHQFHௐ:KLOHௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐKDYHௐ VOLJKWO\ௐODUJHUௐGLVWDQFHVௐEHWZHHQௐGHDOHUVKLSVௐRXUௐPHPEHUVௐFDQௐVWLOOௐUHO\ௐRQௐRXUௐQHWZRUNௐIRUௐVXSSRUWௐSRWHQWLDOO\ௐZLWKௐ H[WHQGHGௐOHDGௐWLPHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐKDQGOHGௐE\ௐ GLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐUHVSHFWLYHௐUROHVௐRIௐWKHௐ 3URSRVHUௐDQGௐRWKHUV 0HPEHUVௐFDQௐSODFHௐRUGHUVௐZLWKௐ1$)*ௐIRUௐDOOௐSURGXFWVௐZHௐDUHௐRIIHULQJௐZHௐZLOOௐHLWKHUௐSODFHௐWKHௐRUGHUௐZLWKௐWKHௐ2(0ௐDVௐ ZHௐDUHௐIUDQFKLVHGௐIRUௐRUௐZHௐZLOOௐSURYLGHௐWKHௐRUGHUௐWRௐRXUௐSDUWQHUௐGHDOHUௐZKRௐZDVௐSDUWௐRIௐWKHௐTXRWHௐJHQHUDWLRQௐIURPௐWKHௐ VWDUWௐZLWKௐWKHௐPHPEHUௐVRௐZHௐFDQௐDOORZௐWKHUHௐUHODWLRQVKLSௐWRௐPDLQWDLQௐZKLOHௐVHUYLQJௐWKHௐPHPEHUௐ1$)*ௐPDLQWDLQVௐWKHௐ UROHௐRIௐDGPLQLVWHULQJௐDQGௐIDFLOLWDWLQJௐWKHௐWUDQVDFWLRQௐEHWZHHQௐWKHௐPHPEHUௐDQGௐWKHௐ2(0ௐGHDOHU   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ\RXUௐFXVWRPHUௐ VHUYLFHௐSURJUDPௐLIௐDSSOLFDEOH ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐFRPPLWPHQWVௐDVௐZHOOௐ DVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ\RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐ VHUYLFHௐJRDOVௐRUௐSURPLVHV ,ௐXQGHUVWDQGௐWKDWௐ\RXௐZDQWௐPHௐWRௐXVHௐWKHௐLQIRUPDWLRQௐLQௐ\RXUௐ=,3ௐILOHௐVSHFLILFDOO\ௐWKHௐ0HPEHUௐ:DONௐ7KURXJKௐGRFXPHQWௐ DVௐDௐUHIHUHQFHௐWRௐH[SODLQௐ\RXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPVௐ+HUH VௐDௐEUHDNGRZQௐEDVHGௐRQௐWKHௐLQIRUPDWLRQௐ\RXௐSURYLGHG 2EWDLQLQJௐ4XRWHVௐ2QOLQH Ɣௐௐௐௐ0HPEHUVௐFDQௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐ KWWSVZZZQDWLRQDODXWRIOHHWJURXSFRP ௐIRUௐIUHHௐ7KLVௐSURWHFWVௐPHPEHUௐ SULFLQJ Ɣௐௐௐௐ$IWHUௐUHJLVWUDWLRQௐWKH\ OOௐUHFHLYHௐDௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐH[SODLQLQJௐWKHௐZHEVLWH Ɣௐௐௐௐ$ௐVHFXUHௐGDVKERDUGௐNHHSVௐDOOௐTXRWHVௐRUJDQL]HG Ɣௐௐௐௐ0HPEHUVௐFKRRVHௐWKHLUௐGHVLUHGௐEUDQGௐPRGHOௐ\HDUௐDQGௐFDWHJRU\ௐ FDUVௐYDQVௐHWF  Ɣௐௐௐௐ)LOWHUVௐKHOSௐQDUURZௐGRZQௐRSWLRQVௐ FDEௐVW\OHௐGULYHWUDLQௐEHGௐOHQJWK  Ɣௐௐௐௐ$OOௐDYDLODEOHௐIDFWRU\ௐRSWLRQVௐDUHௐGLVSOD\HGௐIRUௐHDV\ௐVHOHFWLRQ Ɣௐௐௐௐ6RXUFHZHOOௐ3ULFHௐUHSRUWVௐVKRZௐ0653ௐPHPEHUௐSULFHௐDQGௐVDYLQJVௐ SHUFHQWDJHௐDQGௐGROODUௐDPRXQW  Ɣௐௐௐௐ2SWLRQDOௐH[WUDVௐLQFOXGHௐDGGLWLRQDOௐNH\VௐPDQXDOVௐVDOHVௐWD[ௐDQGௐXSILWV Ɣௐௐௐௐ$ௐILQDOௐSULQWDEOHௐTXRWHௐSDFNDJHௐLQFOXGHVௐDௐXQLTXHௐ6RXUFHZHOOௐ4XRWHௐ,'ௐQXPEHUௐGHVFULSWLRQௐDQGௐVSHFLILFDWLRQV 3DUWQHULQJௐZLWKௐ8SILWWHUV Ɣௐௐௐௐ$ௐGHGLFDWHGௐZHEVLWHௐ KWWSVZZZQDWLRQDODXWRIOHHWJURXSFRP ௐFRQQHFWVௐPHPEHUVௐZLWKௐXSILWWHUV Ɣௐௐௐௐ8SILWWHUVௐFDQௐOHDUQௐDERXWௐSDUWQHULQJௐZLWKௐ1$)*ௐWRௐVHUYHௐORFDOௐPHPEHUV Ɣௐௐௐௐ7KLVௐVLPSOLILHVௐWKHௐSURFHVVௐRIௐJHWWLQJௐDௐYHKLFOHௐXSILWWHG 7UDFNLQJௐ2UGHUV Ɣௐௐௐௐ0HPEHUVௐFDQௐWUDFNௐRUGHUVௐGLUHFWO\ௐRQௐWKHௐPDLQௐZHEVLWHௐXVLQJௐWKHௐ7UDFNௐ\RXUௐRUGHUௐIHDWXUH Ɣௐௐௐௐ2UGHUVௐFDQௐEHௐWUDFNHGௐE\ௐHQWHULQJௐWKHௐSXUFKDVHௐRUGHUௐQXPEHUௐTXRWHௐ,'ௐXSILWௐTXRWHௐ,'ௐRUௐ9,1 2UGHUௐ&RQILUPDWLRQ Ɣௐௐௐௐ1$)*ௐVHQGVௐDௐFRXUWHV\ௐFRQILUPDWLRQௐHPDLOௐWRௐGRXEOHFKHFNௐRUGHUௐGHWDLOVௐ FRORUௐTXDQWLW\ௐXSILWௐVSHFLILFDWLRQV  Ɣௐௐௐௐ7LWOHௐLQIRUPDWLRQௐLVௐUHTXHVWHGௐWRௐH[SHGLWHௐSDSHUZRUNௐDWௐGHOLYHU\ )DFWRU\ௐ2UGHUௐ&XW2IIௐ1RWLFHV Ɣௐௐௐௐ7KHௐZHEVLWHௐKLJKOLJKWVௐXSFRPLQJௐIDFWRU\ௐRUGHUௐFXWRIIௐGDWHV Ɣௐௐௐௐ7KLVௐLQIRUPDWLRQௐLVௐDOVRௐSULQWHGௐRQௐWKHௐTXRWHௐFRYHUௐSDJHௐ ZKHQௐDYDLODEOH  3ULFHௐ9DOLGDWLRQௐ([DPSOH Ɣௐௐௐௐ$ௐVDPSOHௐEXLOGௐSURFHVVௐVKRZFDVHVௐPHPEHUௐSULFLQJௐEHQHILWV Ɣௐௐௐௐ7KHௐH[DPSOHௐVKRZVௐWKHௐGLIIHUHQFHௐEHWZHHQௐ0653ௐPHPEHUௐSULFHௐDQGௐWRWDOௐVDYLQJVௐ SHUFHQWDJHௐDQGௐGROODUௐ DPRXQW ௐ 3URYLGHௐDQௐH[DPSOHௐZLWKௐVDYLQJVௐ Ɣௐௐௐௐ7KLVௐHPSKDVL]HVௐWKHௐDGGLWLRQDOௐGLVFRXQWௐRIIHUHGௐE\ௐ1$)*   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐ DQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHௐ8QLWHGௐ 6WDWHV :HௐKDYHௐSURYLGHGௐDௐOLVWௐRIௐRXUௐWRSௐௐPHPEHUFOLHQWVௐGHPRQVWUDWLQJௐRXUௐDELOLW\ௐWRௐVHUYLFHௐDOOௐPHPEHUVௐQDWLRQZLGHௐ /RFDWHGௐLQௐWKHௐ0DUNHWLQJௐ3ODFHௐ=,3ௐILOHௐDVௐ³1$)*ௐ7RSௐௐ0HPEHUௐ&OLHQWV´ௐ3')  'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐSURGXFWVௐ DQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ&DQDGD 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSRLVHGௐWRௐH[SDQGௐLQWRௐ&DQDGDௐOHYHUDJLQJௐRXUௐSURYHQௐEXVLQHVVௐPRGHOௐDQGௐH[SHUWLVHௐ:Hௐ EHOLHYHௐWKHௐIDYRUDEOHௐH[FKDQJHௐUDWHௐDQGௐRXUௐFRPSHWLWLYHௐSULFLQJௐVWUXFWXUHௐFUHDWHௐDQௐLGHDOௐRSSRUWXQLW\ௐWRௐSDUWQHUௐZLWKௐ &DQDGLDQௐGHDOHUௐJURXSVௐXOWLPDWHO\ௐVHUYLQJௐPHPEHUVௐDFURVVௐ1RUWKௐ$PHULFD   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ&DQDGDௐ WKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW :HௐDUHௐQRWௐVHUYLQJௐ&DQDGDௐDWௐWKLVௐPRPHQW  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐ LHௐ JRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐ VHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐFRQWUDFW ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐFRPSDQ\ௐKDYHௐRQO\ௐDௐ UHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐFRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐ OLPLWௐ\RXUௐDELOLW\ௐWRௐSURPRWHௐDQRWKHUௐFRQWUDFW" :H UHௐKDSS\ௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐPHPEHUVௐWKURXJKௐRXUௐௐZHEVLWHௐ:HௐRIIHUௐJRYHUQPHQWௐPHPEHUVௐDௐVSHFLILFௐ GLVFRXQWௐSURJUDPௐLQௐUHFRJQLWLRQௐRIௐWKHLUௐXVHௐRIௐWD[SD\HUௐIXQGV )RUௐQRQSURILWௐRUJDQL]DWLRQVௐZH YHௐGHVLJQHGௐDௐWDLORUHGௐSULFLQJௐSURJUDPௐWRௐPHHWௐWKHLUௐXQLTXHௐQHHGVௐDQGௐEXGJHWVௐ:H OOௐ ZRUNௐZLWKௐHDFKௐQRQSURILWௐRQௐDௐFDVHE\FDVHௐEDVLVௐWRௐHQVXUHௐWKH\ௐUHFHLYHௐWKHௐPRVWௐYDOXHௐIURPௐRXUௐVHUYLFHV   'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐUHVWULFWLRQVௐWKDWௐ ZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐ DQGௐLQௐ86ௐ7HUULWRULHV )RUௐPHPEHUVௐLQௐ$ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐWKHௐRQO\ௐPHPEHUVKLSௐUHTXLUHPHQWௐLVௐWKHௐVDPHௐDVௐIRUௐDOOௐRWKHUௐ PHPEHUVௐ+RZHYHUௐGXHௐWRௐORJLVWLFDOௐVKLSSLQJௐFRQVWUDLQWVௐLQௐWKHVHௐUHJLRQVௐDGGLWLRQDOௐFRVWVௐPD\ௐDSSO\ :HௐFXUUHQWO\ௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐZLWKௐFKDVVLVௐFDEVௐZLWKௐXSILWVௐ,QௐWKHVHௐFDVHVௐWKHௐPHPEHUௐDJUHHVௐWRௐFRYHUௐWKHௐ H[WUDௐVKLSSLQJௐFRVWௐSRUWௐFRVWௐDQGௐGULYHUௐFRVWௐDVVRFLDWHGௐZLWKௐORDGLQJௐDQGௐXQORDGLQJௐWKHLUௐYHKLFOHVௐIURPௐSRUWௐWRௐSRUWௐ 7KLVௐDGGLWLRQDOௐFRVWௐZRXOGௐEHௐFOHDUO\ௐRXWOLQHGௐLQௐDQ\ௐTXRWHௐSURYLGHGௐWRௐPHPEHUVௐLQௐWKHVHௐUHJLRQV  7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          676  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐWKLVௐFRQWUDFWௐ RSSRUWXQLW\ௐௐ8SORDGௐUHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐXWLOL]HVௐDௐQXPEHUௐRIௐRXWERXQGௐVWUDWHJLHVௐWRௐSURPRWHௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐ1DWLRQDOௐ $XWRௐ)OHHWௐ*URXSௐLVQ¶WௐZDLWLQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐWRௐFRPHௐNQRFNLQJௐDERXWௐWKHௐ6RXUFHZHOOௐ9HKLFOHௐFRQWUDFWௐௐ ,QVWHDGௐZH¶UHௐSURDFWLYHO\ௐKLWWLQJௐWKHௐJDVௐSHGDOௐZLWKௐRXWERXQGௐPDUNHWLQJௐVWUDWHJLHV :LWKௐRXWERXQGௐPDUNHWLQJௐ1$)*ௐLQLWLDWHVௐE\ௐSXVKLQJௐWKHௐPHVVDJHௐRXWௐWRௐRXUௐJRYHUQPHQWௐDJHQFLHVௐௐௐ ([DPSOHVௐLQFOXGHௐௐௐ Ɣௐௐௐௐ&ROGௐ(PDLOௐ&DPSDLJQVௐ7DLORUHGௐPHVVDJHVௐUHDFKLQJௐUHOHYDQWௐJRYHUQPHQWௐDJHQFLHVௐGLUHFWO\ௐ([DPSOHVௐLQFOXGHௐQHZௐ YHKLFOHௐSULFLQJௐDYDLODELOLW\ௐLQௐVWRFNௐXQLWVௐQHZௐZHEVLWHௐIHDWXUHVௐKROLGD\ௐWKHPHGௐIO\HUVௐDQGௐYHKLFOHௐFXWRIIௐGDWHV Ɣௐௐௐௐ7UDGHௐ6KRZௐ3UHVHQFHௐ(QJDJLQJௐH[KLELWVௐDQGௐNQRZOHGJHDEOHௐUHSUHVHQWDWLYHVௐPDNLQJௐFRQQHFWLRQVௐDWௐNH\ௐHYHQWV Ɣௐௐௐௐ7DUJHWHGௐ&RQWHQWௐ&UHDWLQJௐGLYHUVHௐFDPSDLJQௐPDWHULDOVௐWKDWௐUHVRQDWHௐZLWKௐGLIIHUHQWௐJRYHUQPHQWௐVHJPHQWVௐ)RUௐ H[DPSOHௐSROLFHௐYHKLFOHௐDYDLODELOLW\ௐIO\HUVௐIRUௐSROLFHௐDJHQFLHV Ɣௐௐௐௐ'DWD'ULYHQௐ'HFLVLRQVௐ7UDFNLQJௐUHVXOWVௐDQGௐRSWLPL]LQJௐFDPSDLJQVௐIRUௐPD[LPXPௐLPSDFWௐVXFKௐDVௐRSHQௐUDWHVௐFOLFN WKURXJKௐUDWHVௐWRௐJDXJHௐWKHௐHIIHFWLYHQHVVௐRIௐRXUௐHPDLOௐFDPSDLJQV 2XUௐXVHௐRIௐ&DPSDLJQHUௐ(PDLOௐ0DUNHWLQJௐSODWIRUPௐVHUYLFHௐLVௐDௐ&50ௐGDWDEDVHௐXVHGௐWRௐPRQLWRUௐVHQGௐDQGௐWUDFNௐ HIIHFWLYHQHVVௐRIௐHPDLOVௐDQGௐPRUHௐௐ7KLVௐVHUYLFHௐKDVௐDVVLVWHGௐLQௐVWUHDPOLQLQJௐHPDLOௐIO\HUௐPHVVDJHVௐWRௐPDQ\ௐRIௐRXUௐ JRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐௐ&DPSDLJQHUௐKDVௐEHHQௐDQௐHVVHQWLDOௐWRROௐLQௐQRWௐRQO\ௐFUHDWLQJௐQHZௐ FDPSDLJQVௐEXWௐUHFXUULQJௐFDPSDLJQVௐWRௐHQVXUHௐRXUௐPHVVDJHௐLVௐVHQWௐWRௐQHZௐSRWHQWLDOௐFOLHQWVௐௐ 7KLVௐW\SHௐRIௐRXWERXQGௐPDUNHWLQJௐIRVWHUVௐSURDFWLYHௐHQJDJHPHQWௐZLWKௐSRWHQWLDOௐFXVWRPHUVௐVSDUNLQJௐWKHLUௐLQWHUHVWௐLQௐRXUௐ SURGXFWVௐ:HௐLQYLWHௐWKHPௐWRௐH[SORUHௐWKHௐGLYHUVHௐSURGXFWௐUDQJHௐVKRZFDVHGௐRQௐRXUௐ1$)*ௐZHEVLWHௐFRQYHQLHQWO\ௐ DFFHVVLEOHௐWKURXJKௐERWKௐSKRQHௐFDOOVௐDQGௐZHEVLWHௐYLVLWVௐ 7RௐIXUWKHUௐHPSRZHUௐWKHLUௐEX\LQJௐMRXUQH\ௐZHௐHQFRXUDJHௐUHJLVWUDWLRQௐ,WௐQRWௐRQO\ௐXQORFNVௐUHDOWLPHௐSURGXFWௐDYDLODELOLW\ௐEXWௐ DOVRௐJUDQWVௐDFFHVVௐWRௐRXUௐLQQRYDWLYHௐVHOITXRWLQJௐV\VWHPௐ7KLVௐLQWXLWLYHௐWRROௐHPSRZHUVௐFXVWRPHUVௐZLWKௐWKHௐDXWRQRP\ௐWRௐ FUHDWHௐXQOLPLWHGௐSHUVRQDOL]HGௐTXRWHVௐWDLORULQJௐWKHPௐWRௐWKHLUௐVSHFLILFௐQHHGVௐDQGௐEXGJHWௐ%\ௐHOLPLQDWLQJௐWKHௐZDLWௐIRUௐ WUDGLWLRQDOௐTXRWHVௐWKLVௐVHOIVHUYLFHௐRSWLRQௐVWUHDPOLQHVௐWKHௐSURFHVVௐIRVWHULQJௐDௐVHQVHௐRIௐFRQWUROௐDQGௐRZQHUVKLSௐIRUௐWKHௐ FXVWRPHUௐ8OWLPDWHO\ௐWKLVௐRXWERXQGௐPDUNHWLQJௐDSSURDFKௐFRXSOHGௐZLWKௐRXUௐXVHUIULHQGO\ௐVHOITXRWLQJௐV\VWHPௐHPSRZHUVௐ SRWHQWLDOௐFXVWRPHUVௐWRௐFRQILGHQWO\ௐH[SORUHௐDQGௐFRQILGHQWO\ௐPDNHௐLQIRUPHGௐGHFLVLRQV %XVLQHVVௐWRௐ%XVLQHVVௐ0DUNHWLQJௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ 1$)* ௐDFNQRZOHGJHVௐWKHௐLPSRUWDQFHௐRIௐEXLOGLQJௐVWURQJௐUHODWLRQVKLSVௐZLWKௐORFDOௐXSILWWLQJௐERG\ௐ FRPSDQLHVௐ7KDW VௐZK\ௐZHௐHPSOR\ௐVWUDWHJLFௐEXVLQHVVWREXVLQHVVௐ %% ௐPDUNHWLQJௐVWUDWHJLHVௐWRௐDWWUDFWௐSRWHQWLDOௐSDUWQHUVௐ DQGௐFUHDWHௐDௐPXWXDOO\ௐEHQHILFLDOௐHFRV\VWHP ,QWURGXFLQJௐ2XUௐ3DUWQHUௐ:HEVLWH :HௐHQFRXUDJHௐDQ\ௐERG\ௐXSILWWLQJௐFRPSDQ\ௐWRௐYLVLWௐRXUௐGHGLFDWHGௐSDUWQHUௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐ7KLVௐSODWIRUPௐ PDNHVௐLWௐHDV\ௐIRUௐORFDOௐXSILWWLQJௐFRPSDQLHVௐWRௐH[SORUHௐWKHௐEHQHILWVௐRIௐFROODERUDWLQJௐZLWKௐ1$)* .H\ௐ3HUNVௐIRUௐ8SILWWLQJௐ%RG\ௐ&RPSDQLHV Ɣௐௐௐௐ(QKDQFHGௐ9LVLELOLW\ௐ*HWௐWKHௐERG\ௐFRPSDQ\¶VௐFRPSDQ\ௐSURILOHௐOLVWHGௐRQௐRXUௐZHEVLWHௐPDNLQJௐWKHPௐVHDUFKDEOHௐE\ௐ 1$)* VௐH[WHQVLYHௐQHWZRUNௐRIௐJRYHUQPHQWௐFOLHQWV Ɣௐௐௐௐ7DUJHWHGௐUHIHUUDOVௐ:HௐDFWLYHO\ௐFRQQHFWௐXSILWWLQJௐFRPSDQLHVௐZLWKௐTXDOLILHGௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐWKHLUௐVSHFLILFௐ H[SHUWLVH Ɣௐௐௐௐ3URILOHௐ&XVWRPL]DWLRQௐ3DUWQHUVௐDUHௐHQFRXUDJHGௐWRௐFUHDWHௐDௐXQLTXHௐSURILOHௐVKRZFDVLQJௐWKHௐERG\ௐFRPSDQ\ Vௐ VWUHQJWKVௐH[SHULHQFHௐDQGௐVHUYLFHௐRIIHULQJV Ɣௐௐௐௐ*HRJUDSKLFௐ5HDFKௐ([SDQGௐWKHௐQHWZRUNௐE\ௐKDYLQJௐRXUௐSDUWQHUV¶ௐFRQWDFWௐLQIRUPDWLRQௐDQGௐORFDWLRQௐGLVSOD\HGௐRQௐRXUௐ LQWHUDFWLYHௐPDS %\ௐSDUWQHULQJௐZLWKௐ1$)*ௐERG\ௐFRPSDQLHVௐJDLQௐDFFHVVௐWRௐDௐYDVWௐSRROௐRIௐSRWHQWLDOௐJRYHUQPHQWௐFOLHQWVௐVHHNLQJௐYHKLFOHௐ XSILWWLQJௐVHUYLFHVௐ,QௐWXUQௐWKHௐERG\ௐFRPSDQ\ௐKHOSVௐXVௐIXOILOOௐFOLHQWௐQHHGVௐDQGௐGHOLYHUௐFRPSUHKHQVLYHௐYHKLFOHௐVROXWLRQV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOVRௐH[HUFLVHVௐWKHௐXVHௐRIௐLQERXQGௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐ6RXUFHZHOOௐ9HKLFOHௐ FRQWUDFWௐௐ ௐ2XUௐPDUNHWLQJௐGHSDUWPHQWௐFXOWLYDWHVௐDௐWDUJHWHGௐDXGLHQFHௐE\ௐPDLQWDLQLQJௐDௐGDWDEDVHௐRIௐUHJLVWHUHGௐJRYHUQPHQWௐ DJHQFLHVௐRQௐRXUௐZHEVLWHௐDQGௐQXUWXULQJௐSDVWௐFXVWRPHUVௐZKRௐKDYHௐH[SHULHQFHGௐWKHௐEHQHILWVௐRIௐRXUௐRIIHULQJVௐ7KLVௐDOORZVௐ XVௐWRௐGHOLYHUௐUHOHYDQWௐFRQWHQWௐDQGௐUHVRXUFHVௐGLUHFWO\ௐWRௐWKRVHௐDOUHDG\ௐLQWHUHVWHGௐLQௐRXUௐVROXWLRQVௐIRVWHULQJௐWUXVWௐDQGௐ EUDQGௐOR\DOW\ௐ 5HODWLRQVKLSௐEXLOGLQJௐLVௐDQRWKHUௐWHFKQLTXHௐXVHGௐWRௐIRVWHUௐSRVLWLYHௐUHODWLRQVௐZLWKௐFOLHQWVௐWRௐEHFRPHௐORQJWHUPௐFXVWRPHUVௐௐ 1$)*ௐWHDPௐSURYLGHVௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐDQGௐVXSSRUWௐWRௐHQFRXUDJHௐZRUGௐRIௐPRXWKௐUHIHUUDOௐ7KHௐSRVLWLYHௐTXDOLW\ௐ RIௐVHUYLFHௐH[SHULHQFHGௐE\ௐFXVWRPHUVௐKDVௐOHGௐWRௐDQௐLQFUHDVHGௐQXPEHUௐRIௐVDOHVௐWKURXJKௐUHIHUUDOVௐௐ2XUௐJRDOௐLVௐWRௐ SURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐWKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐUHIHUUDOV  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          677  'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐGDWDௐ HJௐVRFLDOௐ PHGLDௐPHWDGDWDௐXVDJH ௐWRௐHQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV 7KHௐFUHDWLRQௐRIௐWKHௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDSSௐLVௐRQHௐZD\ௐWRௐEXLOGௐDௐVWURQJHUௐUHODWLRQVKLSௐZLWKௐLQWHUHVWHGௐEX\HUVௐ DQGௐHPSRZHUௐWKHPௐZLWKௐWKHௐLQIRUPDWLRQௐWKH\ௐQHHGௐ%\ௐGRZQORDGLQJௐRXUௐ1$)*ௐDSSௐFOLHQWVௐDUHௐDEOHௐWR Ɣௐௐௐௐ5HFHLYHௐLQVWDQWௐSXVKௐQRWLILFDWLRQVௐRQௐWKHLUௐSKRQHVௐUHJDUGLQJௐQHZௐYHKLFOHௐDYDLODELOLW\ௐ%HௐWKHௐILUVWௐWRௐNQRZௐZKHQௐ QHZௐYHKLFOHVௐDUULYHௐRQௐWKHௐORWௐWKDWௐPDWFKௐ\RXUௐVSHFLILFௐQHHGVௐDQGௐSUHIHUHQFHV Ɣௐௐௐௐ6WD\ௐLQIRUPHGௐDERXWௐFUXFLDOௐFXWRIIௐGDWHVௐ(QVXUHௐFOLHQWVௐGRQ WௐPLVVௐRXWௐRQௐௐGHDGOLQHVௐE\ௐKDYLQJௐWKHPௐFRQYHQLHQWO\ௐ GHOLYHUHGௐVWUDLJKWௐWRௐ\RXUௐSKRQH Ɣௐௐௐௐ9LHZௐ$YDLODEOHௐ,Q6WRFNௐ8QLWVௐ6FUROOௐWKURXJKௐDௐOLVWௐRIௐLQௐVWRFNௐYHKLFOHVௐDYDLODEOHௐRQௐRXUௐZHEVLWHௐ $ௐVSHFLILFௐLQERXQGௐPDUNHWLQJௐWDFWLFௐWKDWௐFDQௐVLJQLILFDQWO\ௐERRVWௐRXUௐRQOLQHௐSUHVHQFHௐLVௐWKHௐGHYHORSPHQWௐRIௐVHDUFKௐ HQJLQHௐRSWLPL]DWLRQௐ 6(2 ௐ%\ௐRSWLPL]LQJௐRXUௐZHEVLWHௐIRUௐUHOHYDQWௐNH\ZRUGVௐDQGௐXVHUௐH[SHULHQFHௐZHௐFDQௐDWWUDFWௐPRUHௐ TXDOLILHGௐYLVLWRUVௐRUJDQLFDOO\ௐDQGௐHVWDEOLVKௐ1$)*ௐDVௐDௐOHDGLQJௐQDPHௐLQௐLWVௐILHOG +HUH VௐKRZௐZH UHௐDFWLYHO\ௐLPSOHPHQWLQJௐ6(2ௐRQௐWKHௐ1$)*ௐZHEVLWH 5HZULWLQJௐWKHௐ1$)*ௐ6WRU\ Ɣௐௐௐௐ%\ௐFUDIWLQJௐDௐFRPSHOOLQJௐDQGௐLQIRUPDWLYHௐZHESDJHௐWKDWௐFOHDUO\ௐGHILQHVௐZKRௐZHௐDUHௐZKDWௐZHௐGRௐDQGௐKRZௐZHௐ EHQHILWௐRXUௐDXGLHQFH Ɣௐௐௐௐ,QFOXGHGௐUHOHYDQWௐNH\ZRUGVௐQDWXUDOO\ௐWKURXJKRXWௐWKHௐFRQWHQWௐLQFOXGLQJௐSURGXFWௐQDPHVௐPLVVLRQௐVWDWHPHQWௐDQGௐ FRQWUDFWௐQXPEHUV Ɣௐௐௐௐ(QVXUHGௐWKHௐSDJHௐLVௐFRQFLVHௐDQGௐVFDQQDEOHௐEUHDNLQJௐXSௐWH[WௐZLWKௐKHDGLQJVௐDQGௐEXOOHWௐSRLQWV ௐ2Q3DJHௐ2SWLPL]DWLRQௐ7HFKQLTXHV Ɣௐௐௐௐ7LWOHௐWDJVௐ(DFKௐSDJHௐLQFOXGHVௐDௐXQLTXHௐDQGௐGHVFULSWLYHௐWLWOHௐWDJௐXQGHUௐௐFKDUDFWHUVௐWKDWௐDFFXUDWHO\ௐUHIOHFWVௐWKHௐ FRQWHQWௐDQGௐLQFOXGHVௐUHOHYDQWௐNH\ZRUGV Ɣௐௐௐௐ0HWDௐGHVFULSWLRQVௐ&UDIWLQJௐFDSWLYDWLQJௐPHWDௐGHVFULSWLRQVௐ XQGHUௐௐFKDUDFWHUV ௐWKDWௐHQWLFHௐXVHUVௐWRௐFOLFNௐDQGௐ VXPPDUL]HௐWKHௐSDJH VௐYDOXHௐSURSRVLWLRQ Ɣௐௐௐௐ+HDGHUௐWDJVௐ6WUXFWXUHGௐWKHௐFRQWHQWௐZLWKௐFOHDUௐKHDGLQJVௐDQGௐVXEKHDGLQJVௐ +ௐ+ௐHWF ௐWRௐLPSURYHௐUHDGDELOLW\ௐ DQGௐVHDUFKௐHQJLQHௐFUDZODELOLW\ Ɣௐௐௐௐ,PDJHVௐ2SWLPL]HௐLPDJHௐILOHௐQDPHVௐDQGௐDOWௐWH[WௐZLWKௐUHOHYDQWௐNH\ZRUGVௐWRௐLQFUHDVHௐDFFHVVLELOLW\ௐDQGௐLPDJHௐVHDUFKௐ UDQNLQJ Ɣௐௐௐௐ,QWHUQDOௐOLQNLQJௐ&RQQHFWLQJௐUHODWHGௐSDJHVௐZLWKLQௐWKHௐZHEVLWHௐXVLQJௐGHVFULSWLYHௐDQFKRUௐWH[W Ɣௐௐௐௐ6RFLDOௐPHGLDௐ(QVXUHௐVRFLDOௐPHGLDௐSURILOHVௐDQGௐVKDUHௐEXWWRQVௐDUHௐOLQNHGௐWRௐRXUௐSDJHVௐ %\ௐLPSOHPHQWLQJௐWKHVHௐDFWLRQDEOHௐ6(2ௐVWUDWHJLHVௐZHௐFDQௐVLJQLILFDQWO\ௐLPSURYHௐ1$)* VௐRQOLQHௐSUHVHQFHௐDWWUDFWௐPRUHௐ TXDOLILHGௐOHDGVௐDQGௐHVWDEOLVKௐRXUVHOYHVௐDVௐDௐWKRXJKWௐOHDGHUௐLQௐWKHௐLQGXVWU\ :KHQௐWKHௐWHUPVௐ³JRYHUQPHQWௐIOHHWௐYHKLFOHௐSXUFKDVLQJ´ௐ³SXUFKDVLQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³JRYHUQPHQWௐYHKLFOHௐ SXUFKDVLQJ´ௐ³KRZௐGRௐ,ௐSXUFKDVHௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´ௐ³SXUFKDVLQJௐJRYHUQPHQWௐIOHHW´ௐ³JRYHUQPHQWௐYHKLFOHௐ SURFXUHPHQW´ௐ³SURFXULQJௐYHKLFOHVௐIRUௐWKHௐJRYHUQPHQW´DUHௐHQWHUHGௐLQௐWKHௐJRRJOHௐVHDUFKௐEXWWRQௐ1$)*ௐLVௐRQௐWKHௐWRSௐILYHௐ VHDUFKௐUHVXOWVௐ ௐ 6RFLDOௐPHGLDௐLVௐDௐFULWLFDOௐSDUWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐ/LQNHGLQௐRIIHUVௐDௐYDULHW\ௐ RIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ3ODWIRUPVௐOLNHௐ /LQNHG,QௐRIIHUௐLQYDOXDEOHௐWRROVௐIRUௐSURIHVVLRQDOௐQHWZRUNLQJௐDOORZLQJௐLQGLYLGXDOVௐWRௐH[SDQGௐWKHLUௐQHWZRUNௐE\ௐILQGLQJௐDQGௐ FRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐDQGௐLQGXVWU\ௐOHDGHUVௐ $ௐSULPHௐH[DPSOHௐLVௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZKLFKௐHIIHFWLYHO\ௐXWLOL]HVௐ/LQNHG,QௐWRௐUHDFKௐRXWௐWRௐFXUUHQWௐDQGௐSRWHQWLDOௐ PHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐIRVWHULQJௐVWURQJHUௐUHODWLRQVKLSVௐDQGௐFRPPXQLW\ௐHQJDJHPHQW %H\RQGௐSURIHVVLRQDOௐFRQQHFWLRQVௐVRFLDOௐPHGLDௐVHUYHVௐDVௐDௐSRZHUIXOௐEULGJHௐEHWZHHQௐLQGLYLGXDOVௐDQGௐWKHLUௐJRYHUQLQJௐ ERGLHVௐ%\ௐIROORZLQJௐJRYHUQPHQWௐSDJHVௐRQௐ,QVWDJUDPௐDQGௐ7ZLWWHUௐJRYHUQPHQWௐPXQLFLSDOLWLHVௐFDQௐJDLQௐYDOXDEOHௐLQVLJKWVௐ LQWRௐSUHVVLQJௐLVVXHVௐDQGௐLPSRUWDQWௐDQQRXQFHPHQWV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐSURPRWLQJௐFRQWUDFWVௐ DULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ +RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐFRQWUDFWௐLQWRௐ\RXUௐ VDOHVௐSURFHVV" 6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐSURYLGHௐDௐZLGHௐYDULHW\ௐRIௐSURGXFWVௐDQGௐVHUYLFHVௐௐ 7KH\ௐDLPௐWRௐVLPSOLI\ௐWKHௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐௐ7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐ GRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐFRRSHUDWLYHௐFRQWUDFWௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐ IURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐVHQVHௐRIௐVKRZLQJௐOHJLWLPDF\ௐDQGௐYHULILFDWLRQௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐ PHPEHUVௐXQGHUVWDQGௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐSURYLGHGௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ &OLHQWVௐUHFRJQL]HௐWKHௐ6RXUFHZHOOௐEUDQGௐDQGௐWKHLUௐYHQGRUVௐDVௐDௐWUXVWHGௐVRXUFHௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ7KHௐPDLQௐ VHOOLQJௐSRLQWௐRIௐWKHௐEUDQGௐLVௐWKHௐHOLPLQDWLRQௐRIௐWKHௐQHHGௐWRௐJRௐRXWௐWRௐELGௐௐ6RXUFHZHOOௐKDVௐGRQHௐWKHௐELGGLQJௐIRUௐWKHௐ JRYHUQPHQWௐHQWLWLHVௐZKLFKௐVLPSOLILHVௐWKHௐSXUFKDVLQJௐSURFHVVௐௐ7KLVௐSURFHVVௐQRWௐRQO\ௐVDYHVௐPRQH\ௐEXWௐYDOXDEOHௐWLPHௐDVௐ ZHOOௐௐ6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ 6WDWHVௐௐ 7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐDQGௐZHௐDUHௐSURXGௐWRௐEHௐSDUWௐRIௐWKLVௐG\QDPLFௐௐ 6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐPRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐ DQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐWRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐ WUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KHௐ6RXUFHZHOOௐFRQWUDFWௐFDQௐEHௐDOVRௐFXVWRPL]HGௐWRௐPHHWௐWKHௐQHHGVௐRIௐWKHௐFOLHQWௐௐ7KHௐ VDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐRQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐE\ௐHQVXULQJௐFOLHQWVௐZHௐZLOOௐDOZD\Vௐ DVVLVWௐWKHPௐZLWKௐWKHLUௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐௐ7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVௐIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐ IDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐ HIILFLHQWௐPDQQHUௐௐ:HௐYRZௐWRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS 6RXUFHZHOOௐLVQ WௐMXVWௐDௐWUXVWHGௐEUDQGௐLW VௐDௐFRPSUHKHQVLYHௐVROXWLRQௐIRUௐJRYHUQPHQWௐSURFXUHPHQWௐ)URPௐYHKLFOHVௐDQGௐIRRGௐ WRௐWHFKQRORJ\ௐDQGௐDGPLQLVWUDWLYHௐVHUYLFHVௐWKH\ௐRIIHUௐDௐGLYHUVHௐUDQJHௐRIௐKLJKTXDOLW\ௐSURGXFWVௐDQGௐVHUYLFHVௐ3DUWQHULQJௐ ZLWKௐSUHYHWWHGௐYHQGRUVௐHQVXUHVௐUHOLDELOLW\ௐDQGௐSHDFHௐRIௐPLQG 7KHௐIOH[LELOLW\ௐRIௐ6RXUFHZHOOௐFRQWUDFWVௐDOORZVௐXVௐWRௐWDLORUௐRXUௐVHUYLFHVௐWRௐDௐVSHFLILFௐQHHGௐXQOLNHௐWKHௐRQHVL]HILWVDOOௐ DSSURDFKௐRIௐW\SLFDOௐELGGLQJௐ *RYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ8QLWHGௐ6WDWHVௐOLNHௐ1$)*ௐKDYHௐXWLOL]HGௐ6RXUFHZHOOௐWRௐSURFXUHௐWKHLUௐQHHGVௐHIILFLHQWO\  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          678  $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐWKURXJKௐDQௐHSURFXUHPHQWௐ RUGHULQJௐSURFHVV"ௐ ,IௐVRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐKRZௐJRYHUQPHQWDOௐ DQGௐHGXFDWLRQDOௐFXVWRPHUVௐKDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐWKURXJKௐPDQ\ௐ YHKLFOHௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHௐVSHFLILFௐQHHGVௐRIௐWKHLUௐDJHQF\ௐௐ$ௐ SHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐ,Iௐ XSILWWLQJௐLVௐQHHGHGௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐUHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐQRWHGௐRQௐWKHௐVHOITXRWLQJௐ RQOLQHௐV\VWHPௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐSXUFKDVHௐ RUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐZLWKRXWௐWKHௐQHHGௐ WRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐௐ,IௐVXSSRUWௐ LVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSVௐDUHௐDYDLODEOHௐWRௐDVVLVWௐWKHௐFOLHQWௐVWHSௐE\ௐVWHSௐௐ 2QFHௐWKHௐYHKLFOHௐLVௐEXLOWௐWRௐWKHௐFOLHQW¶VௐQHHGVௐJRYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐXSORDGௐDௐSXUFKDVHௐRUGHUௐIURPௐ WKHLUௐDFFRXQWௐWRௐSXUFKDVHௐDௐYHKLFOHௐௐ1$)*ௐZLOOௐWKHQௐSURFHVVௐWKHௐSXUFKDVHௐRUGHUௐDQGௐSODFHௐWKHௐYHKLFOHௐRQௐRUGHUௐZLWKௐ WKHௐPDQXIDFWXUHUௐௐ*RYHUQPHQWௐDJHQFLHVௐDUHௐDOVRௐDEOHௐWRௐWUDFNௐWKHௐVWDWXVௐRIௐWKHLUௐRUGHUௐXVLQJௐWKHௐ(7$ௐWUDFNLQJௐ DYDLODEOHௐRQௐWKHௐ1$)*ௐZHEVLWHௐ 2XUௐZHEVLWHௐSXWVௐWKHௐSRZHUௐWRௐRUGHUௐYHKLFOHVௐGLUHFWO\ௐLQௐ\RXUௐKDQGVௐZLWKௐDௐXVHUIULHQGO\ௐDSSURDFKௐWKDWௐHPSRZHUVௐ JRYHUQPHQWௐDJHQFLHVௐWRௐFKRRVHௐWKHௐSHUIHFWௐVROXWLRQௐIRUௐWKHLUௐQHHGVௐ%URZVHௐWKURXJKௐDௐFRPSUHKHQVLYHௐVHOHFWLRQௐRIௐ YHKLFOHௐPDNHVௐDQGௐPRGHOVௐRUௐFXVWRPL]Hௐ\RXUௐLGHDOௐYHKLFOHௐZLWKௐIHDWXUHVௐWDLORUHGௐWRௐ\RXUௐVSHFLILFௐUHTXLUHPHQWVௐ*HWௐDௐ SHUVRQDOL]HGௐTXRWHௐZLWKௐXSIURQWௐSULFLQJௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐGHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐ\RXUௐFKRVHQௐYHKLFOHௐ 8SILWWLQJௐQHHGHG"ௐ1RௐSUREOHPௐ5HDFKௐRXWௐWRௐRXUௐGHGLFDWHGௐVDOHVௐWHDPௐYLDௐSKRQHௐHPDLOௐOLYHௐFKDWௐRUௐVLPSO\ௐPHQWLRQௐ \RXUௐUHTXLUHPHQWVௐGLUHFWO\ௐLQௐWKHௐVHOITXRWLQJௐV\VWHP 2QFHௐDௐJRYHUQPHQWௐPXQLFLSDOLW\ௐLVௐUHDG\ௐWRௐSXUFKDVHௐWKH\ௐFDQௐVLPSO\ௐVXEPLWௐDௐSXUFKDVHௐRUGHUௐWKURXJKௐWKHLUௐRQOLQHௐ DFFRXQWௐ:HௐRIIHUௐFRPSOHWHௐDXWRQRP\ௐDOORZLQJௐEX\HUVௐWRௐDFTXLUHௐYHKLFOHVௐZLWKRXWௐQHHGLQJௐWRௐVSHDNௐGLUHFWO\ௐWRௐDௐVDOHVௐ UHSUHVHQWDWLYHௐௐ+RZHYHUௐRXUௐH[SHUWௐWHDPௐLVௐDOZD\VௐDYDLODEOHௐWRௐDVVLVWௐLIௐWKH\ௐQHHGௐDௐKHOSLQJௐKDQGௐ2XUௐDVVLVWDQFHௐLVௐ DYDLODEOHௐYLDௐHPDLOௐOLYHௐFKDWௐRUௐSKRQHௐ± )RUௐJRYHUQPHQWௐDJHQFLHVௐWKHௐSURFHVVௐLVௐVWUHDPOLQHGௐHYHQௐIXUWKHUௐ7KH\ௐDUHௐDEOHௐWRௐVWD\ௐLQIRUPHGௐWKURXJKRXWௐWKHௐHQWLUHௐ MRXUQH\ௐZLWKௐRXUௐFRQYHQLHQWௐ(7$ௐWUDFNLQJௐV\VWHPௐDFFHVVLEOHௐULJKWௐRQௐWKHௐ1$)*ௐZHEVLWH ([SHULHQFHௐWKHௐFRQYHQLHQFHௐDQGௐFRQWUROௐRIௐRQOLQHௐYHKLFOHௐRUGHULQJௐIRUௐJRYHUQPHQWௐDJHQFLHVௐZLWKௐ1$)*ௐ9LVLWௐRXUௐ ZHEVLWHௐWRGD\ௐDQGௐHPSRZHUௐ\RXUௐDJHQF\ௐWRௐDFTXLUHௐWKHௐSHUIHFWௐYHKLFOHௐVROXWLRQ $VௐRIௐWRGD\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐRYHUௐௐPHPEHUVௐUHJLVWHUHGௐRQௐRXUௐZHEVLWHௐDQGௐௐFXVWRPHUVௐEX\LQJௐ IURPௐXV  7DEOH9DOXH$GGHG$WWULEXWHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐRUௐRSHUDWRUௐ WUDLQLQJௐSURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐ ,QFOXGHௐGHWDLOVௐVXFKௐDVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐRSWLRQDOௐ ZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐFRVWVௐWKDWௐDSSO\ 1$)*ௐH[WHQGVௐDQ\ௐDQGௐDOOௐ6HUYLFHௐ7UDLQLQJௐ3URJUDPVௐSURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐ0DQ\ௐRIௐWKHௐSURJUDPVௐRIIHUHGௐDUHௐ TXRWHGௐLQGLYLGXDOO\ௐE\ௐWKHௐPDQXIDFWXUHௐEDVHGௐRQௐFODVVௐVL]HௐDQGௐUHJLRQௐRIௐWKHௐFRXQWU\ௐ1$)*ௐZLOOௐSDVVௐWKHVHௐTXRWHVௐ RQWRௐWKHௐPHPEHUௐDWௐ1$)*ௐFRVW  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ\RXUௐSURSRVHGௐSURGXFWVௐ RUௐVHUYLFHVௐRIIHU :LWKௐZRUOGௐOHDGHUVௐLQௐFKDVVLVௐWHFKQRORJ\ௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ*HQHUDOௐ0RWRU¶VௐDQGௐ0$&.ௐ7UXFNௐZKLFKௐWKHௐ PHPEHUௐDXWRPDWLFDOO\ௐJHWVௐWKHௐEHQHILWௐRIௐWKHௐODWHVWௐXSௐWRௐGDWHௐWHFKQRORJ\ௐ1$)*ௐRIIHUVௐRXUௐGHDOHUௐERG\ௐWRௐWKHௐ PHPEHUVௐIRUௐWKHௐPRVWௐOHDGLQJௐXSௐWRௐGDWHௐLQIRUPDWLRQ   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐWRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ \RXUௐSURGXFWVௐRUௐVHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐFHUWLI\LQJௐ DJHQF\ௐIRUௐHDFK 1$)*ௐKDVௐ3DUWQHUHGௐWRௐFUHDWHௐDௐௐ86ௐ0D\RUௐ'ULYHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐZZZ'ULYHHYIOHHWRUJௐWRௐ KHOSௐVSUHDGௐWKHௐEHQHILWௐRIௐPHPEHUVௐJRLQJௐௐJUHHQௐ:HௐKDYHௐௐ3XUHௐ(OHFWULFௐYHKLFOHVௐWRௐRIIHUௐVXFKௐDVௐWKHௐ &KHYUROHWௐ%ROWௐDQGௐ)RUGௐ)XVLRQௐZKLFKௐDUHௐDOOௐSUHGHFHVVRUVௐWRௐWKHௐ$OOௐ1HZௐ)RUGௐ(OHFWULFௐ)ௐ:HௐDUHௐFHUWDLQௐRYHUௐ WKHௐQH[WௐIHZௐ\HDUVௐ)RUGௐDQGௐPDQ\ௐRWKHUௐPDQXIDFWXUHUVௐZLOOௐEHௐPDNLQJௐDYDLODEOHௐௐSXUHௐHOHFWULFௐFDEௐFKDVVLVௐIRUௐ PHPEHUVௐWRௐVHOHFWௐIURP   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐUDWLQJVௐRUௐFHUWLILFDWLRQVௐ WKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐSURGXFWVௐ LQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐWRௐHQHUJ\ௐHIILFLHQF\ௐRUௐ FRQVHUYDWLRQௐOLIHF\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV )RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐMXVWௐWRௐQDPHௐௐRIௐWKHௐௐ2(0 VௐZHௐDUHௐUHSUHVHQWLQJௐKDYHௐOHDGLQJௐHGJHௐ FHUWLILFDWLRQVௐDQGௐUDWLQJௐZKLFKௐSURYLGHௐWKHPௐWKHௐDELOLW\ௐWRௐRIIHUௐWKHUHௐSURGXFWVௐQDWLRQZLGH   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ%XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ %XVLQHVVௐ(QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐFHUWLILFDWLRQVௐ WKDWௐ\RXUௐFRPSDQ\ௐRUௐ+8%ௐSDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH :HௐKROGௐDௐ0LQRULW\ௐ&HUWLILFDWLRQௐWKURXJKௐWKHௐ&DOLIRUQLDௐ&OHDULQJௐ+RXVHௐ$XWKRUL]DWLRQ   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐFRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐ VHUYLFHVௐRIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ:KDWௐPDNHVௐ \RXUௐSURSRVHGௐVROXWLRQVௐXQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" 1$)* VௐGHGLFDWLRQௐWRௐWKHௐPHPEHUௐ1$)*ௐKDVௐEXLOWௐLWVௐGLYLVLRQௐVROHO\ௐIRUௐWKHௐSXUSRVHௐRIௐVHUYLQJௐWKHௐPHPEHUVௐ H[SHULHQFHௐIURPௐRXUௐKRXUௐPHPEHUௐZHEVLWHௐRUௐZHEVLWHௐLPSURYHPHQWVௐDQGௐFDSDELOLWLHVௐWRௐWKLQNLQJௐRXWVLGHௐWKHௐER[ௐWRௐ KHOSௐDௐPHPEHUௐILQGௐDௐVROXWLRQ Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          679 7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH <RXPD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" :HௐKDYHௐDWWDFKHGௐDOOௐ:DUUDQW\ௐLQIRUPDWLRQௐSURYLGHGௐE\ௐDOOௐௐPDQXIDFWXUHUVௐRIIHUHGௐLQௐRXUௐSURSRVDOௐDVௐDQௐDGGHGௐ DWWDFKPHQW  'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐOLPLWDWLRQVௐ WKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" (DFKௐPDQXIDFWXUHUௐKDYHௐWKHUHௐRZQௐXVDJHௐUHVWULFWLRQVௐWKDWௐDௐPHPEHUௐVKRXOGௐEHௐDZDUHௐRIௐ6XFKௐDQௐLPSURSHUௐXVHௐRIௐDௐ FKDVVLVௐPD\ௐQRWௐDOORZௐLWௐWRௐEHௐFRYHUHGௐXQGHUௐZDUUDQW\ௐ)RUௐH[DPSOHௐDௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUDWHGௐSXUVXLWௐ YHKLFOHௐZRXOGௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ:HௐHQFRXUDJHௐIRUௐHDFKௐPHPEHUௐWRௐFRQWDFWௐXVௐIRUௐWKHUHௐSDUWLFXODUௐZDUUDQW\ௐ FRYHUDJH   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐWLPHௐ DQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" <HVௐLQௐVRPHௐFDVHVௐRIௐDௐEUHDNGRZQௐHYHQWௐPDQXIDFWXUHUVௐZRXOGௐWRZௐ\RXUௐYHKLFOHௐWRௐWKHUHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐIDFLOLW\  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ &DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐFHUWLILHGௐ WHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ +RZௐZLOOௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐ SURYLGHGௐVHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" (DFKௐPDQXIDFWXUHௐLVௐGLIIHUHQWௐDQGௐZHௐHQFRXUDJHௐSULRUௐWRௐSXUFKDVLQJௐDௐSURGXFWௐWRௐFDOOௐLQௐDQGௐDVNௐDERXWௐ\RXUௐVSHFLILFௐ UHJLRQௐDQGௐKRZௐLW¶VௐFRYHUHG   :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐ PDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐ PDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHU   :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐ SROLFLHV" :HௐRIIHUௐQRௐH[FKDQJHௐUHWXUQௐSURJUDPVௐRUௐSROLFLHVௐ2QFHௐDQௐRUGHUௐLVௐLQௐSURGXFWLRQௐZLWKௐWKHௐIDFWRU\ௐDQGௐ1$)*ௐFDQௐQRWௐ FDQFHOௐWKHௐRUGHUௐDIWHUௐWU\LQJௐWRௐFDQFHOௐZLWKௐWKHௐPDQXIDFWXUHUௐWKHQௐWKHௐRUGHUௐLVௐQRQFDQFHOODEOH  'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐLQௐ \RXUௐSURSRVDO :HௐRIIHUௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐWRௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐSDUDPHWHUVௐZKLFKௐDௐFXVWRPL]HGௐ VHUYLFHௐFRQWUDFWௐFDQௐEHௐFUHDWHGௐ1$)*ௐZLOOௐWUHDWௐHDFKௐRIௐWKHVHௐDVௐDQௐDGGHGௐIDFWRU\ௐRSWLRQௐDQGௐIROORZௐWKHௐVDPHௐ GLVFRXQWௐVFKHGXOHௐLQௐWKHௐSULFHௐILOH  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐPHWKRGV 3D\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐGD\ௐJUDFHௐSHULRG  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐXVHௐE\ௐ HGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV 1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐRIIHUௐ6RXUFHZHOOௐ&RQWUDFWௐ/HDVHௐ7HUPVௐWRௐDOOௐ1$)*ௐ4XRWHVௐ IRUௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐ:HௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ=LSௐ)LOHௐ&DOOHGௐ³0HPEHUௐ :DONௐ7KURXJK´   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐSURSRVHௐWRௐ XVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐ DQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐDJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐ RIௐHDFKௐ DVௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH :HௐDWWDFKHGௐRXUௐ6WDQGDUGௐ'RFXPHQWVௐWKDWௐDOOௐPHPEHUௐZRXOGௐVHHௐLQௐDௐW\SLFDOௐWUDQVDFWLRQௐ6WDUWLQJௐZLWKௐDOOௐTXRWHVௐ ZKLFKௐFRQWDLQௐWKHUHௐXQLTXHௐ4XRWHௐ,'ௐRQௐWKHௐWRSௐRIௐHDFKௐTXRWHௐ$ௐPHPEHUௐFDQௐWKHQௐFDOOௐDQGௐKHOSௐXVௐLGHQWLI\ௐZKLFKௐ TXRWHௐWKH\ௐDUHௐLQTXLULQJௐZLWKLQௐVRௐZHௐFDQௐKHOSௐKHPௐTXLFNHUௐ (DFKௐTXRWHௐKDVௐLWVௐOLVWௐRIௐVWDQGDUGௐHTXLSPHQWௐDQGௐVHOHFWHGௐHTXLSPHQWௐWKHௐPHPEHUௐKDVௐFKRVHQௐIRUௐWKHPVHOYHVௐ )ROORZHGௐE\ௐWKHௐFRQWUDFWௐGLVFRXQWௐRQௐHDFKௐFRYHUௐSDJHௐVRௐWKHௐPHPEHUௐFDQௐHDVLO\ௐVHHௐWKHUHௐ6RXUFHZHOOௐVDYLQJௐ$ௐ VDPSOHௐWUDQVDFWLRQௐKDVௐEHHQௐDWWDFKHG   'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐSURFHVV"ௐ ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐXSௐWRௐௐௐSHUௐYHKLFOHௐDQ\ௐDPRXQWௐKLJKHUௐWKDQௐௐௐZRXOGௐFDUU\ௐDௐ3FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQௐIHHௐ ZKLFKௐZLOOௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          680 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRIDQDZDUGHG&RQWUDFWDV GHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFW FDWHJRU\ௐGLVFRXQWV ௐ 3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐSULFLQJௐ DQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐ ZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ ,IௐDSSOLFDEOHௐSURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ 8SORDGௐ\RXUௐSULFLQJௐPDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐLVௐRIIHULQJௐ/LQHௐ,WHPௐ'LVFRXQWVௐ2IIௐ0653ௐIRUௐௐPDQXIDFWXUHUVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ1$)*ௐLVௐRIIHULQJௐDOOௐ 8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐFKDVVLVௐFDEVௐDQGௐWUXFNVௐGHWDLOVௐDUHௐRQௐWKHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐSULFHௐILOH   4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐ LQௐWKLVௐUHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐ UHSUHVHQWVௐDௐSHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐ SHUFHQWDJHௐRUௐSHUFHQWDJHௐUDQJH (DFKௐ0DQXIDFWXUHௐ3URGXFWௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐRYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ )RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 5$0ௐ6WDOODQWLVௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ &KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ $XWRFDUௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ ,68=8ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 9ROYRௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ )UHLJKWOLQHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ :HVWHUQௐ6WDUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 0$&.ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ .HQZRUWKௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 3HWHUELOWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ %DWWOHௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 5,=2ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐ 5((ௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ %ROOLQJHUௐ0RWRUVௐDWௐௐௐௐௐௐௐௐௐௐௐௐௐ 8SILWVௐFDQௐEHௐDGGHGௐDWௐGHDOHUௐLQYRLFHௐXSௐWRௐௐGHWDLOHGௐLQௐWKHௐSULFHௐILOH   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐ WKDWௐ\RXௐRIIHU :HௐHQFRXUDJHௐDQ\ௐDQGௐDOOௐPHPEHUVௐWRௐFRQWDFWௐXVௐLIௐFRQVLGHULQJௐRUGHULQJௐௐDWௐWLPHௐRIௐRUGHUௐRUௐPRUHௐXQLWVௐIRUௐDQௐ DGGLWLRQDOௐGLVFRXQWௐTXRWH  3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐ VHUYLFHVௐZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐ RUௐ³QRQVWDQGDUGௐRSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐ LWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐSOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐ DௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW 2SHQௐ0DUNHWௐSURGXFWVௐRUௐ6RXUFHGௐ*RRGVௐZLOOௐEHௐWUHDWHGௐDVௐDQ\ௐXSILWௐDQGௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNXSௐLIௐ DSSOLFDEOH   ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐ LQFOXGHGௐLQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ 7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐFKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐ WKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐIUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐ H[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUHGHOLYHU\ௐLQVSHFWLRQௐ LQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐLQVSHFWLRQௐ,GHQWLI\ௐ DQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐUHODWLRQVKLSௐWRௐWKHௐ 3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐWKHௐSULFHௐILOHௐLQௐLWVௐHQWLUHW\ௐ3ULFHௐ6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEVௐ FRQWDLQௐDOOௐFRVWVௐDVVRFLDWHGௐZLWKௐDOOௐTXRWHVௐ,IௐDௐPHPEHUௐZRXOGௐOLNHௐDௐTXRWHௐIRUௐDௐSDUWLFXODUௐVLWXDWLRQௐDQGௐWKHௐLWHPௐ QHHGHGௐVSHFLDOௐWUDLQLQJௐRUௐLQVWDOODWLRQௐWKHVHௐFKDUJHVௐZRXOGௐEHௐDGGHGௐDVௐSDUWௐRIௐWKHௐXSILWௐDQGௐLQFOXGHGௐLQௐWKHௐ PHPEHUVௐTXRWH   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐ IUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHUVௐFKDUJHௐDௐVWDQGDUGL]HGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐZKLFKௐLVௐGLVSOD\HGௐRQௐDOOௐZLQGRZௐVWLFNHUVௐDQGௐ RQௐDOOௐWUXFNVௐRQௐDௐGHDOHU¶VௐORWௐ7KLVௐLVௐQRWௐWKHௐQHHGHGௐGHVWLQDWLRQௐFKDUJHௐWKDWௐPD\EHௐFKDUJHGௐWRௐWKHQௐVKLSௐDௐFKDVVLVௐ WRௐDQGௐIURPௐDQௐLQVWDOOHUௐWKHVHௐVXEVHTXHQWௐPRYHPHQWVௐDUHௐDOOௐDGGHGௐIUHLJKWௐFKDUJHVௐDQGௐZLOOௐGLVSOD\HGௐRQௐWKHௐ PHPEHUVௐTXRWH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐ SURJUDPVௐDYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐ GHOLYHU\ )UHLJKWௐWRௐWKHVHௐUHJLRQVௐFDUU\ௐDௐVSHFLILFௐORJLVWLFDOௐEDUULHUௐZKLFKௐFDUU\ௐDGGHGௐFRVWௐVXFKௐDVௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWௐ ERWKௐWRௐDQGௐIURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐDQGௐDGGHGௐWRௐDQ\ௐTXRWHௐIRUௐWKHௐPHPEHUௐWRௐ UHYLHZ   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐ RSWLRQVௐRIIHUHGௐLQௐ\RXUௐSURSRVDO 1$)*ௐZLOOௐXWLOL]HௐWKHௐSRZHUௐDQGௐH[SHUWLVHௐRIௐWKHௐDOUHDG\ௐHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ'LVWULEXWLRQௐ1HWZRUNௐWRௐKDYHௐ PHPEHUVௐYHKLFOHVௐGHOLYHUHGௐSURPSWO\ௐWKHUHௐGHVWLQDWLRQ 7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ2IIHUVௐ0HPEHUVௐRIௐ6RXUFHZHOOௐWKHௐ YHU\ௐEHVWௐVHOHFWLRQௐDQGௐVHUYLFHௐIRUௐWKHௐ RYHUDOOௐEHVWௐYDOXHௐZHௐFDQௐRIIHU 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐ SODQௐWRௐHPSOR\ௐWRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐ ZLWKௐ6RXUFHZHOOௐ 7KLVௐSURFHVVௐLQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐWKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐ XQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ9HQGRUௐUHPLWVௐWKHௐ SURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ 3URYLGHௐVXIILFLHQWௐGHWDLOௐWRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐ VDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ&RQWUDFWௐWHPSODWH :HௐKDYHௐFUHDWHGௐDௐPHPEHUௐIULHQGO\ௐWRௐEXLOGௐDQGௐSULFHௐWKHUHௐFKDVVLVௐFDEVௐRQௐWKHௐSULFLQJௐLVௐEXLOWௐGLUHFWO\ௐLQWRௐWKHௐ ZHEVLWHௐDQGௐLVௐORDGHGௐGDLO\ௐE\ௐWKHௐPDQXIDFWXUHௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐDQௐDFFXUDWHௐTXRWHௐௐ RIௐWKHௐWLPHௐ:HௐKDYHௐVWUHDPௐOLQHGௐKRZௐRXUௐDGPLQௐIHHௐLVௐSURFHVVHGௐWRௐDOORZௐDௐTXLFNௐௐGD\ௐWXUQௐDURXQGௐRQௐ TXDUWHUO\ௐUHSRUWV   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐ PHWULFVௐWKDWௐZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐ VXFFHVVௐZLWKௐWKHௐFRQWUDFW :HௐKDYHௐLQWHUQDOௐFKDUWVௐWKDWௐWUDFNௐKRZௐPDQ\ௐPHPEHUVௐZHௐDUHௐVHUYLQJௐSHUௐPRQWKௐDQGௐZKDWௐUHJLRQVௐZHௐQHHGௐWRௐ PDUNHWௐLQWRௐWRௐUDLVHௐDZDUHQHVVௐRIௐ6RXUFHZHOOௐDQGௐRXUௐFRQWUDFWௐ:HௐDOVRௐWUDFNௐKRZௐPDQ\ௐYHKLFOHVௐZHௐGHOLYHUௐWRௐ PHPEHUVௐWRௐVHHௐLIௐRXUௐYROXPHௐLVௐSLFNLQJௐXSௐRUௐZKHUHௐWKHௐFXUUHQWௐPDUNHWௐLVௐDWௐDVௐLWௐGRHVௐIOXFWXDWH   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ 6RXUFHZHOOௐIRUௐIDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ 6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ\RXௐDUHௐDZDUGHGௐDௐ &RQWUDFWௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ 9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐ DௐOLQHLWHPௐDGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐDGGLWLRQDOௐGHWDLOV 2XUௐ$GPLQௐ)HHௐKDVௐEHHQௐVWUHDPOLQHGௐWRௐDOORZௐIRUௐJURZWKௐWRௐRFFXUௐZLWKௐPDLQWDLQLQJௐDௐKLJKௐOHYHOௐRIௐDFFXUDF\ௐDQGௐ UHSRUWLQJௐ2XUௐSURSRVHGௐDGPLQௐIHHௐZRXOGௐIROORZௐWKHVHௐJXLGHOLQHV )ODWௐௐௐSHUௐXQLWௐIRUௐDOOௐXQLWVௐH[FOXGLQJௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGD 8QLWVௐVROGௐWKURXJKௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ1HWZRUNௐLQௐ)ORULGDௐZLOOௐKDYHௐDௐௐIODW  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          681 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV 3URSRVHUVVXEPLWWLQJDSURSRVDOLQ&DWHJRU\DVGHILQHGKHUHLQZLOOEHVXEPLWWLQJLQWKHEURDGFDWHJRU\WKDWLQFOXGHVDOOW\SHVRIHQJLQHVIXHODQGSURSXOVLRQV\VWHPV)RUH[DPSOHLID 3URSRVHURIIHUVFKDVVLVDQGFDEVZLWK,QWHUQDO&RPEXVWLRQ(QJLQHV ,&( DVZHOODVFKDVVLVDQGFDEVZLWKHOHFWULFSURSXOVLRQV\VWHPVWKH3URSRVHUVKRXOGGHVLJQDWHLWLVVHHNLQJDQDZDUG LQ&DWHJRU\RQO\3URSRVHUVVHHNLQJDQDZDUGLQ&DWHJRU\DVGHILQHGKHUHLQPXVWLQFOXGHDWOHDVWRQHVROXWLRQRIIHUHGZLWKLQWKHVFRSHRI&DWHJRU\IRUHOHFWULFSURSXOVLRQV\VWHPV RQO\ /LQH,WHP &DWHJRU\6HOHFWLRQ  &DWHJRU\$OOHQJLQHVIXHODQGSURSXOVLRQW\SHFKDVVLVDQGFDEV  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐSURGXFWVௐDQGௐ VHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐSURSRVDO ௐ0DQXIDFWXUHUVௐWRWDOLQJௐௐPDNHVௐDQGௐPRGHOVௐUDQJLQJௐIURPௐ&ODVVௐௐWRௐ&ODVVௐௐ&DEௐDQௐ&KDVVLVௐDQGௐWUXFNVௐ:LWKௐ DYDLODEOHௐ8SILWVௐWRௐEHௐDGGHGௐUDQJLQJௐIURPௐWRROௐER[HVௐWRௐ/LQHௐ0HFKDQLFVௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐRXUௐ FKDVVLVௐFDEVௐHLWKHUௐE\ௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUௐRUௐE\ௐDௐPHPEHUVௐXSILWௐVXSSOLHUௐZRUNLQJௐZLWKௐ1$)*ௐWRௐSURYLGHௐDௐ7XUQௐ .H\ௐ4XRWH   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐRIௐ VROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHV 1$)*ௐ/LVWVௐDOOௐPDNHVௐDQGௐPRGHOVௐLQௐHDFKௐ=,3ௐILOHௐXQGHUௐ=,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHUV´ௐUHSUHVHQWLQJௐDௐFRPELQHGௐ KXQGUHG¶VௐPDNHVௐDQGௐPRGHOHQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐDORQJௐZLWKௐDௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐLQௐ WKHௐSULFHௐILOH  'HVFULEHௐDQ\ௐPDQXIDFWXULQJௐSURFHVVHVௐRUௐPDWHULDOVௐXWLOL]HGௐWKDWௐ FRQWULEXWHௐWRௐFKDVVLVௐVWUHQJWKௐFDEௐVWUHQJWKௐRYHUDOOௐGXUDELOLW\ௐ GULYHUௐVDIHW\ /HDGLQJௐPDWHULDOVௐDUHௐXVHGௐE\ௐWKHௐ2(0 VௐGDLO\ௐWRௐVDIHO\ௐVXSSO\ௐDOOௐPHPEHUVௐZLWKௐWKHௐEHVWௐRQௐWKHௐPDUNHWௐSODFHௐIRUௐHDFKௐ 2(0  'HVFULEHௐDQ\ௐGLIIHUHQWLDWLQJௐVHUYLFHDELOLW\ௐDWWULEXWHVௐ UHPRWHௐ GLDJQRVWLFVௐHWF ௐ\RXUௐSURSRVDOௐRIIHUV (DFKௐ2(0ௐKDVௐWKHUHௐRZQௐXQLTXHௐDWWULEXWHௐWKDWௐDOOௐFDWHUௐDQGௐVHUYHௐWKHௐ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ௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  &ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVV  5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐ SDUWVௐXSILWWLQJௐVHUYLFHVௐXVHGௐFKDVVLVௐ DQGௐ&ODVVௐௐFKDVVLV <HV 1R %RWK&KDVVLV7\SHV ,&(DQG%(9 $OOௐௐ0DQXIDFWXUHVௐDUHௐOLVWHGௐLQௐWKHௐSULFHௐILOHௐDORQJௐZLWKௐHDFKௐ 2(0 VௐSURGXFWௐRIIHULQJௐIRUௐWKLVௐFODVVௐ$OOௐXSILWWLQJௐLVௐDYDLODEOHௐDQGௐ RXWOLQHGௐLQௐWKHௐSULFLQJௐ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ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   %DWWHU\ௐ(OHFWULFௐ9HKLFOHௐ %(9 &ODVVௐௐ&KDVVLV <HV 1R   5HODWHGௐHTXLSPHQWௐDFFHVVRULHVௐSDUWVௐXSILWWLQJௐ VHUYLFHVௐXVHGௐFKDVVLVௐDQGௐ&ODVVௐௐFKDVVLV <HV 1R  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          682 7DEOH([FHSWLRQVWR7HUPV&RQGLWLRQVRU6SHFLILFDWLRQV)RUP /LQH,WHP127,&(7RLGHQWLI\DQ\H[FHSWLRQRUWRUHTXHVWDQ\PRGLILFDWLRQWR6RXUFHZHOOVWDQGDUG&RQWUDFWWHUPVFRQGLWLRQVRUVSHFLILFDWLRQVD3URSRVHUPXVWVXEPLWWKHSURSRVHG H[FHSWLRQ V RUUHTXHVWHGPRGLILFDWLRQ V YLDUHGOLQHLQWKH&RQWUDFW7HPSODWHSURYLGHGLQWKH³%LG'RFXPHQWV´VHFWLRQ3URSRVHUPXVWXSORDGWKHUHGOLQHLQWKH³5HTXHVWHG([FHSWLRQV´ XSORDGILHOG$OOH[FHSWLRQVDQGRUSURSRVHGPRGLILFDWLRQVDUHVXEMHFWWRUHYLHZDQGDSSURYDOE\6RXUFHZHOODQGZLOOQRWDXWRPDWLFDOO\EHLQFOXGHGLQWKH&RQWUDFW 'R\RXKDYHH[FHSWLRQVRUPRGLILFDWLRQVWRSURSRVH" $FNQRZOHGJHPHQW <HV 1R 'RFXPHQWV (QVXUH\RXUVXEPLVVLRQGRFXPHQW V FRQIRUPVWRWKHIROORZLQJ 'RFXPHQWVLQ3')IRUPDWDUHSUHIHUUHG'RFXPHQWVLQ:RUG([FHORUFRPSDWLEOHIRUPDWVPD\DOVREHSURYLGHG 'RFXPHQWVVKRXOG127KDYHDVHFXULW\SDVVZRUGDV6RXUFHZHOOPD\QRWEHDEOHWRRSHQWKHILOH,WLV\RXUVROHUHVSRQVLELOLW\WRHQVXUHWKDWWKHXSORDGHGGRFXPHQW V DUHQRWHLWKHU GHIHFWLYHFRUUXSWHGRUEODQNDQGWKDWWKHGRFXPHQWVFDQEHRSHQHGDQGYLHZHGE\6RXUFHZHOO 6RXUFHZHOOPD\UHMHFWDQ\UHVSRQVHZKHUHDQ\GRFXPHQW V FDQQRWEHRSHQHGDQGYLHZHGE\6RXUFHZHOO ,I\RXQHHGWRXSORDGPRUHWKDQRQH  GRFXPHQWIRUDVLQJOHLWHP\RXVKRXOGFRPELQHWKHGRFXPHQWVLQWRRQH]LSSHGILOH,IWKH]LSSHGILOHFRQWDLQVPRUHWKDQRQH  GRFXPHQW HQVXUHHDFKGRFXPHQWLVQDPHGLQUHODWLRQWRWKHVXEPLVVLRQIRUPDWLWHPUHVSRQGLQJWR)RUH[DPSOHLIUHVSRQGLQJWRWKH0DUNHWLQJ3ODQFDWHJRU\VDYHWKHGRFXPHQWDV³0DUNHWLQJ3ODQ´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id Number: RFP 032824 Vendor Name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¶VREMHFWLYLW\LQSHUIRUPLQJWKHFRQWUDFWLVRUPLJKWEH LPSDLUHG   7KHFRQWHQWVRIWKH3URSRVDOKDYHQRWEHHQFRPPXQLFDWHGE\WKH3URSRVHURULWVHPSOR\HHVRUDJHQWVWRDQ\SHUVRQQRWDQHPSOR\HHRUOHJDOO\DXWKRUL]HGDJHQWRIWKH3URSRVHUDQG ZLOOQRWEHFRPPXQLFDWHGWRDQ\VXFKSHUVRQVSULRUWR'XH'DWHRIWKLVVROLFLWDWLRQ   ,IDZDUGHGDFRQWUDFWWKH3URSRVHUZLOOSURYLGHWR6RXUFHZHOO3DUWLFLSDWLQJ(QWLWLHVWKHHTXLSPHQWSURGXFWVDQGVHUYLFHVLQDFFRUGDQFHZLWKWKHWHUPVFRQGLWLRQVDQGVFRSHRID UHVXOWLQJFRQWUDFW   7KH3URSRVHUSRVVHVVHVRUZLOOSRVVHVVEHIRUHGHOLYHULQJDQ\HTXLSPHQWSURGXFWVRUVHUYLFHVDOODSSOLFDEOHOLFHQVHVRUFHUWLILFDWLRQVQHFHVVDU\WRGHOLYHUVXFKHTXLSPHQWSURGXFWV RUVHUYLFHVXQGHUDQ\UHVXOWLQJFRQWUDFW   7KH3URSRVHUDJUHHVWRGHOLYHUHTXLSPHQWSURGXFWVDQGVHUYLFHVWKURXJKYDOLGFRQWUDFWVSXUFKDVHRUGHUVRUPHDQVWKDWDUHDFFHSWDEOHWR6RXUFHZHOO0HPEHUV8QOHVVRWKHUZLVH DJUHHGWRWKH3URSRVHUPXVWSURYLGHRQO\QHZDQGILUVWTXDOLW\SURGXFWVDQGUHODWHGVHUYLFHVWR6RXUFHZHOO0HPEHUVXQGHUDQDZDUGHG&RQWUDFW   7KH3URSRVHUZLOOFRPSO\ZLWKDOODSSOLFDEOHSURYLVLRQVRIIHGHUDOVWDWHDQGORFDOODZVUHJXODWLRQVUXOHVDQGRUGHUV   7KH3URSRVHUXQGHUVWDQGVWKDW6RXUFHZHOOZLOOUHMHFW5)3SURSRVDOVWKDWDUHPDUNHGFRQILGHQWLDO RUQRQSXEOLFHWF HLWKHUVXEVWDQWLDOO\RULQWKHLUHQWLUHW\8QGHU0LQQHVRWD 6WDWXWHV6HFWLRQVXEGLYLVLRQDOOSURSRVDOVDUHFRQVLGHUHGQRQSXEOLFGDWDXQWLOWKHHYDOXDWLRQLVFRPSOHWHDQGD&RQWUDFWLVDZDUGHG$WWKDWSRLQWSURSRVDOVEHFRPHSXEOLF GDWD0LQQHVRWD6WDWXWHV6HFWLRQSHUPLWVRQO\FHUWDLQQDUURZO\GHILQHGGDWDWREHFRQVLGHUHGDWUDGHVHFUHWDQGWKXVQRQSXEOLFGDWDXQGHU0LQQHVRWD V'DWD3UDFWLFHV$FW   3URSRVHULWVHPSOR\HHVDJHQWVDQGVXEFRQWUDFWRUVDUHQRW  ,QFOXGHGRQWKH³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´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¶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id Number: RFP 032824 Vendor Name: 72 HOUR LLC          684 )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQG DWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 7KX0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 0RQ0DUFK30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG0DUFK$0  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B :HG)HEUXDU\30  $GGHQGXPBB&ODVV&KDVVLVDQG&DEVB5)3B 7KX)HEUXDU\30  Bid Number: RFP 032824 Vendor Name: 72 HOUR LLC          685 091521-NAF Rev. 3/2021 1 Solicitation Number: RFP #091521 CONTRACT This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 (Sourcewell) and 72 Hour LLC dba: National Auto Fleet Group, 490 Auto Center Drive, Watsonville, CA 95076 (Supplier). Sourcewell is a State of Minnesota local government unit and service cooperative created under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers cooperative procurement solutions to government entities. Participation is open to eligible federal, state/province, and municipal governmental entities, higher education, K-12 education, nonprofit, tribal government, and other public entities located in the United States and Canada. Sourcewell issued a public solicitation for Automobiles, SUVs, Vans, and Light Trucks with Related Equipment and Accessories from which Supplier was awarded a contract. Supplier desires to contract with Sourcewell to provide equipment, products, or services to Sourcewell and the entities that access Sourcewell’s cooperative purchasing contracts (Participating Entities). 1. TERM OF CONTRACT A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below. B. EXPIRATION DATE AND EXTENSION. This Contract expires November 8, 2025, unless it is cancelled sooner pursuant to Article 22. This Contract may be extended one additional year upon the request of Sourcewell and written agreement by Supplier. C. SURVIVAL OF TERMS. Notwithstanding any expiration or termination of this Contract, all payment obligations incurred prior to expiration or termination will survive, as will the following: Articles 11 through 14 survive the expiration or cancellation of this Contract. All rights will cease upon expiration or termination of this Contract. 2. EQUIPMENT, PRODUCTS, OR SERVICES A. EQUIPMENT, PRODUCTS, OR SERVICES. Supplier will provide the Equipment, Products, or Services as stated in its Proposal submitted under the Solicitation Number listed above.        686 091521-NAF Rev. 3/2021 2 Supplier’s Equipment, Products, or Services Proposal (Proposal) is attached and incorporated into this Contract. All Equipment and Products provided under this Contract must be new and the current model. Supplier may offer close-out or refurbished Equipment or Products if they are clearly indicated in Supplier’s product and pricing list. Unless agreed to by the Participating Entities in advance, Equipment or Products must be delivered as operational to the Participating Entity’s site. This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated, sales and sales volume are not guaranteed. B. WARRANTY. Supplier warrants that all Equipment, Products, and Services furnished are free from liens and encumbrances, and are free from defects in design, materials, and workmanship. In addition, Supplier warrants the Equipment, Products, and Services are suitable for and will perform in accordance with the ordinary use for which they are intended. Supplier’s dealers and distributors must agree to assist the Participating Entity in reaching a resolution in any dispute over warranty terms with the manufacturer. Any manufacturer’s warranty that extends beyond the expiration of the Supplier’s warranty will be passed on to the Participating Entity. C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution and throughout the Contract term, Supplier must provide to Sourcewell a current means to validate or authenticate Supplier’s authorized dealers, distributors, or resellers relative to the Equipment, Products, and Services offered under this Contract, which will be incorporated into this Contract by reference. It is the Supplier’s responsibility to ensure Sourcewell receives the most current information. 3. PRICING All Equipment, Products, or Services under this Contract will be priced at or below the price stated in Supplier’s Proposal. When providing pricing quotes to Participating Entities, all pricing quoted must reflect a Participating Entity’s total cost of acquisition. This means that the quoted cost is for delivered Equipment, Products, and Services that are operational for their intended purpose, and includes all costs to the Participating Entity’s requested delivery location. Regardless of the payment method chosen by the Participating Entity, the total cost associated with any purchase option of the Equipment, Products, or Services must always be disclosed in the pricing quote to the applicable Participating Entity at the time of purchase. A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly packaged. Damaged Equipment and Products may be rejected. If the damage is not readily apparent at the time of delivery, Supplier must permit the Equipment and Products to be        687 091521-NAF Rev. 3/2021 3 returned within a reasonable time at no cost to Sourcewell or its Participating Entities. Participating Entities reserve the right to inspect the Equipment and Products at a reasonable time after delivery where circumstances or conditions prevent effective inspection of the Equipment and Products at the time of delivery. In the event of the delivery of nonconforming Equipment and Products, the Participating Entity will notify the Supplier as soon as possible and the Supplier will replace nonconforming Equipment and Products with conforming Equipment and Products that are acceptable to the Participating Entity. Supplier must arrange for and pay for the return shipment on Equipment and Products that arrive in a defective or inoperable condition. Sourcewell may declare the Supplier in breach of this Contract if the Supplier intentionally delivers substandard or inferior Equipment or Products. B. SALES TAX. Each Participating Entity is responsible for supplying the Supplier with valid tax- exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax- exempt entity. C. HOT LIST PRICING. At any time during this Contract, Supplier may offer a specific selection of Equipment, Products, or Services at discounts greater than those listed in the Contract. When Supplier determines it will offer Hot List Pricing, it must be submitted electronically to Sourcewell in a line-item format. Equipment, Products, or Services may be added or removed from the Hot List at any time through a Sourcewell Price and Product Change Form as defined in Article 4 below. Hot List program and pricing may also be used to discount and liquidate close-out and discontinued Equipment and Products as long as those close-out and discontinued items are clearly identified as such. Current ordering process and administrative fees apply. Hot List Pricing must be published and made available to all Participating Entities. 4. PRODUCT AND PRICING CHANGE REQUESTS Supplier may request Equipment, Product, or Service changes, additions, or deletions at any time. All requests must be made in writing by submitting a signed Sourcewell Price and Product Change Request Form to the assigned Sourcewell Supplier Development Administrator. This approved form is available from the assigned Sourcewell Supplier Development Administrator. At a minimum, the request must: x Identify the applicable Sourcewell contract number; x Clearly specify the requested change; x Provide sufficient detail to justify the requested change;        688 091521-NAF Rev. 3/2021 4 x Individually list all Equipment, Products, or Services affected by the requested change, along with the requested change (e.g., addition, deletion, price change); and x Include a complete restatement of pricing documentation in Microsoft Excel with the effective date of the modified pricing, or product addition or deletion. The new pricing restatement must include all Equipment, Products, and Services offered, even for those items where pricing remains unchanged. A fully executed Sourcewell Price and Product Change Request Form will become an amendment to this Contract and will be incorporated by reference. 5. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS A. PARTICIPATION. Sourcewell’s cooperative contracts are available and open to public and nonprofit entities across the United States and Canada; such as federal, state/province, municipal, K-12 and higher education, tribal government, and other public entities. The benefits of this Contract should be available to all Participating Entities that can legally access the Equipment, Products, or Services under this Contract. A Participating Entity’s authority to access this Contract is determined through its cooperative purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will be considered a Service Member of Sourcewell during such time of access. Supplier understands that a Participating Entity’s use of this Contract is at the Participating Entity’s sole convenience and Participating Entities reserve the right to obtain like Equipment, Products, or Services from any other source. Supplier is responsible for familiarizing its sales and service forces with Sourcewell contract use eligibility requirements and documentation and will encourage potential participating entities to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its roster during the term of this Contract. B. PUBLIC FACILITIES. Supplier’s employees may be required to perform work at government- owned facilities, including schools. Supplier’s employees and agents must conduct themselves in a professional manner while on the premises, and in accordance with Participating Entity policies and procedures, and all applicable laws. 6. PARTICIPATING ENTITY USE AND PURCHASING A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under this Contract, a Participating Entity must clearly indicate to Supplier that it intends to access this Contract; however, order flow and procedure will be developed jointly between Sourcewell and Supplier. Typically, a Participating Entity will issue an order directly to Supplier or its authorized subsidiary, distributor, dealer, or reseller. If a Participating Entity issues a purchase order, it may use its own forms, but the purchase order should clearly note the applicable Sourcewell        689 091521-NAF Rev. 3/2021 5 contract number. All Participating Entity orders under this Contract must be issued prior to expiration or cancellation of this Contract; however, Supplier performance, Participating Entity payment obligations, and any applicable warranty periods or other Supplier or Participating Entity obligations may extend beyond the term of this Contract. Supplier’s acceptable forms of payment are included in its attached Proposal. Participating Entities will be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of any Participating Entity. B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and conditions to a purchase order, or other required transaction documentation, may be negotiated between a Participating Entity and Supplier, such as job or industry-specific requirements, legal requirements (e.g., affirmative action or immigration status requirements), or specific local policy requirements. Some Participating Entities may require the use of a Participating Addendum; the terms of which will be negotiated directly between the Participating Entity and the Supplier. Any negotiated additional terms and conditions must never be less favorable to the Participating Entity than what is contained in this Contract. C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires service or specialized performance requirements not addressed in this Contract (such as e- commerce specifications, specialized delivery requirements, or other specifications and requirements), the Participating Entity and the Supplier may enter into a separate, standalone agreement, apart from this Contract. Sourcewell, including its agents and employees, will not be made a party to a claim for breach of such agreement. D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or in part, immediately upon notice to Supplier in the event of any of the following events: 1. The Participating Entity fails to receive funding or appropriation from its governing body at levels sufficient to pay for the equipment, products, or services to be purchased; or 2. Federal, state, or provincial laws or regulations prohibit the purchase or change the Participating Entity’s requirements. E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a Participating Entity’s order will be determined by the Participating Entity making the purchase. 7. CUSTOMER SERVICE A. PRIMARY ACCOUNT REPRESENTATIVE. Supplier will assign an Account Representative to Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is changed. The Account Representative will be responsible for:        690 091521-NAF Rev. 3/2021 6 x Maintenance and management of this Contract; x Timely response to all Sourcewell and Participating Entity inquiries; and x Business reviews to Sourcewell and Participating Entities, if applicable. B. BUSINESS REVIEWS. Supplier must perform a minimum of one business review with Sourcewell per contract year. The business review will cover sales to Participating Entities, pricing and contract terms, administrative fees, sales data reports, supply issues, customer issues, and any other necessary information. 8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Supplier must provide a contract sales activity report (Report) to the Sourcewell Supplier Development Administrator assigned to this Contract. Reports are due no later than 45 days after the end of each calendar quarter. A Report must be provided regardless of the number or amount of sales during that quarter (i.e., if there are no sales, Supplier must submit a report indicating no sales were made). The Report must contain the following fields: x Participating Entity Name (e.g., City of Staples Highway Department); x Participating Entity Physical Street Address; x Participating Entity City; x Participating Entity State/Province; x Participating Entity Zip/Postal Code; x Participating Entity Contact Name; x Participating Entity Contact Email Address; x Participating Entity Contact Telephone Number; x Sourcewell Assigned Entity/Participating Entity Number; x Item Purchased Description; x Item Purchased Price; x Sourcewell Administrative Fee Applied; and x Date Purchase was invoiced/sale was recognized as revenue by Supplier. B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell, the Supplier will pay an administrative fee to Sourcewell on all Equipment, Products, and Services provided to Participating Entities. The Administrative Fee must be included in, and not added to, the pricing. Supplier may not charge Participating Entities more than the contracted price to offset the Administrative Fee. The Supplier will submit payment to Sourcewell for the percentage of administrative fee stated in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased        691 091521-NAF Rev. 3/2021 7 by Participating Entities under this Contract during each calendar quarter. Payments should note the Supplier’s name and Sourcewell-assigned contract number in the memo; and must be mailed to the address above “Attn: Accounts Receivable” or remitted electronically to Sourcewell’s banking institution per Sourcewell’s Finance department instructions. Payments must be received no later than 45 calendar days after the end of each calendar quarter. Supplier agrees to cooperate with Sourcewell in auditing transactions under this Contract to ensure that the administrative fee is paid on all items purchased under this Contract. In the event the Supplier is delinquent in any undisputed administrative fees, Sourcewell reserves the right to cancel this Contract and reject any proposal submitted by the Supplier in any subsequent solicitation. In the event this Contract is cancelled by either party prior to the Contract’s expiration date, the administrative fee payment will be due no more than 30 days from the cancellation date. 9. AUTHORIZED REPRESENTATIVE Sourcewell's Authorized Representative is its Chief Procurement Officer. Supplier’s Authorized Representative is the person named in the Supplier’s Proposal. If Supplier’s Authorized Representative changes at any time during this Contract, Supplier must promptly notify Sourcewell in writing. 10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records, documents, and accounting procedures and practices relevant to this Agreement are subject to examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the end of this Contract. This clause extends to Participating Entities as it relates to business conducted by that Participating Entity under this Contract. B. ASSIGNMENT. Neither party may assign or otherwise transfer its rights or obligations under this Contract without the prior written consent of the other party and a fully executed assignment agreement. Such consent will not be unreasonably withheld. Any prohibited assignment will be invalid. C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective until it has been duly executed by the parties. D. WAIVER. Failure by either party to take action or assert any right under this Contract will not be deemed a waiver of such right in the event of the continuation or repetition of the circumstances giving rise to such right. Any such waiver must be in writing and signed by the parties.        692 091521-NAF Rev. 3/2021 8 E. CONTRACT COMPLETE. This Contract represents the complete agreement between the parties. No other understanding regarding this Contract, whether written or oral, may be used to bind either party.For any conflict between the attached Proposal and the terms set out in Articles 1-22 of this Contract, the terms of Articles 1-22 will govern. F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent contractors, each free to exercise judgment and discretion with regard to the conduct of their respective businesses. This Contract does not create a partnership, joint venture, or any other relationship such as master-servant, or principal-agent. 11. INDEMNITY AND HOLD HARMLESS Supplier must indemnify, defend, save, and hold Sourcewell and its Participating Entities, including their agents and employees, harmless from any claims or causes of action, including attorneys’ fees incurred by Sourcewell or its Participating Entities, arising out of any act or omission in the performance of this Contract by the Supplier or its agents or employees; this indemnification includes injury or death to person(s) or property alleged to have been caused by some defect in the Equipment, Products, or Services under this Contract to the extent the Equipment, Product, or Service has been used according to its specifications. Sourcewell’s responsibility will be governed by the State of Minnesota’s Tort Liability Act (Minnesota Statutes Chapter 466) and other applicable law. 12. GOVERNMENT DATA PRACTICES Supplier and Sourcewell must comply with the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell under this Contract and as it applies to all data created, collected, received, stored, used, maintained, or disseminated by the Supplier under this Contract. 13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT A. INTELLECTUAL PROPERTY 1. Grant of License. During the term of this Contract: a. Sourcewell grants to Supplier a royalty-free, worldwide, non-exclusive right and license to use thetrademark(s) provided to Supplier by Sourcewell in advertising and promotional materials for the purpose of marketing Sourcewell’s relationship with Supplier. b. Supplier grants to Sourcewell a royalty-free, worldwide, non-exclusive right and license to use Supplier’s trademarks in advertising and promotional materials for the purpose of marketing Supplier’s relationship with Sourcewell. 2. Limited Right of Sublicense. The right and license granted herein includes a limited right of each party to grant sublicenses to their respective subsidiaries, distributors, dealers,        693 091521-NAF Rev. 3/2021 9 resellers, marketing representatives, and agents (collectively “Permitted Sublicensees”) in advertising and promotional materials for the purpose of marketing the Parties’ relationship to Participating Entities. Any sublicense granted will be subject to the terms and conditions of this Article. Each party will be responsible for any breach of this Article by any of their respective sublicensees. 3. Use; Quality Control. a. Neither party may alter the other party’s trademarks from the form provided and must comply with removal requests as to specific uses of its trademarks or logos. b. Each party agrees to use, and to cause its Permitted Sublicensees to use, the other party’s trademarks only in good faith and in a dignified manner consistent with such party’s use of the trademarks. Upon written notice to the breaching party, the breaching party has 30 days of the date of the written notice to cure the breach or the license will be terminated. 4. As applicable, Supplier agrees to indemnify and hold harmless Sourcewell and its Participating Entities against any and all suits, claims, judgments, and costs instituted or recovered against Sourcewell or Participating Entities by any person on account of the use of any Equipment or Products by Sourcewell or its Participating Entities supplied by Supplier in violation of applicable patent or copyright laws. 5. Termination. Upon the termination of this Contract for any reason, each party, including Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites, and the like bearing the other party’s name or logo (excepting Sourcewell’s pre-printed catalog of suppliers which may be used until the next printing). Supplier must return all marketing and promotional materials, including signage, provided by Sourcewell, or dispose of it according to Sourcewell’s written directions. B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released without prior written approval from the Authorized Representatives. Publicity includes notices, informational pamphlets, press releases, research, reports, signs, and similar public notices prepared by or for the Supplier individually or jointly with others, or any subcontractors, with respect to the program, publications, or services provided resulting from this Contract. C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be approved by Sourcewell. Send all approval requests to the Sourcewell Supplier Development Administrator assigned to this Contract. D. ENDORSEMENT. The Supplier must not claim that Sourcewell endorses its Equipment, Products, or Services.        694 091521-NAF Rev. 3/2021 10 14. GOVERNING LAW, JURISDICTION, AND VENUE The substantive and procedural laws of the State of Minnesota will govern this Contract. Venue for all legal proceedings arising out of this Contract, or its breach, must be in the appropriate state court in Todd County, Minnesota or federal court in Fergus Falls, Minnesota. 15. FORCE MAJEURE Neither party to this Contract will be held responsible for delay or default caused by acts of God or other conditions that are beyond that party’s reasonable control. A party defaulting under this provision must provide the other party prompt written notice of the default. 16. SEVERABILITY If any provision of this Contract is found by a court of competent jurisdiction to be illegal, unenforceable, or void then both parties will be relieved from all obligations arising from that provision. If the remainder of this Contract is capable of being performed, it will not be affected by such determination or finding and must be fully performed. 17. PERFORMANCE, DEFAULT, AND REMEDIES A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and address unresolved contract issues as follows: 1. Notification. The parties must promptly notify each other of any known dispute and work in good faith to resolve such dispute within a reasonable period of time. If necessary, Sourcewell and the Supplier will jointly develop a short briefing document that describes the issue(s), relevant impact, and positions of both parties. 2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified above, either Sourcewell or Supplier may escalate the resolution of the issue to a higher level of management. The Supplier will have 30 calendar days to cure an outstanding issue. 3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the Supplier must continue without delay to carry out all of its responsibilities under the Contract that are not affected by the dispute. If the Supplier fails to continue without delay to perform its responsibilities under the Contract, in the accomplishment of all undisputed work, the Supplier will bear any additional costs incurred by Sourcewell and/or its Participating Entities as a result of such failure to proceed. B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract, or any Participating Entity order under this Contract, in default: 1. Nonperformance of contractual requirements, or 2. A material breach of any term or condition of this Contract.        695 091521-NAF Rev. 3/2021 11 The party claiming default must provide written notice of the default, with 30 calendar days to cure the default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other damages. If the default remains after the opportunity for cure, the non-defaulting party may: x Exercise any remedy provided by law or equity, or x Terminate the Contract or any portion thereof, including any orders issued against the Contract. 18. INSURANCE A. REQUIREMENTS. At its own expense, Supplier must maintain insurance policy(ies) in effect at all times during the performance of this Contract with insurance company(ies) licensed or authorized to do business in the State of Minnesota having an “AM BEST” rating of A- or better, with coverage and limits of insurance not less than the following: 1. Workers’ Compensation and Employer’s Liability. Workers’ Compensation: As required by any applicable law or regulation. Employer's Liability Insurance: must be provided in amounts not less than listed below: Minimum limits: $500,000 each accident for bodily injury by accident $500,000 policy limit for bodily injury by disease $500,000 each employee for bodily injury by disease 2. Commercial General Liability Insurance. Supplier will maintain insurance covering its operations, with coverage on an occurrence basis, and must be subject to terms no less broad than the Insurance Services Office (“ISO”) Commercial General Liability Form CG0001 (2001 or newer edition), or equivalent. At a minimum, coverage must include liability arising from premises, operations, bodily injury and property damage, independent contractors, products-completed operations including construction defect, contractual liability, blanket contractual liability, and personal injury and advertising injury. All required limits, terms and conditions of coverage must be maintained during the term of this Contract. Minimum Limits: $1,000,000 each occurrence Bodily Injury and Property Damage $1,000,000 Personal and Advertising Injury $2,000,000 aggregate for Products-Completed operations $2,000,000 general aggregate 3. Commercial Automobile Liability Insurance. During the term of this Contract, Supplier will maintain insurance covering all owned, hired, and non-owned automobiles in limits of liability not less than indicated below. The coverage must be subject to terms        696 091521-NAF Rev. 3/2021 12 no less broad than ISO Business Auto Coverage Form CA 0001 (2010 edition or newer), or equivalent. Minimum Limits: $1,000,000 each accident, combined single limit 4. Umbrella Insurance. During the term of this Contract, Supplier will maintain umbrella coverage over Employer’s Liability, Commercial General Liability, and Commercial Automobile. Minimum Limits: $2,000,000 5. Network Security and Privacy Liability Insurance. During the term of this Contract, Supplier will maintain coverage for network security and privacy liability. The coverage may be endorsed on another form of liability coverage or written on a standalone policy. The insurance must cover claims which may arise from failure of Supplier’s security resulting in, but not limited to, computer attacks, unauthorized access, disclosure of not public data – including but not limited to, confidential or private information, transmission of a computer virus, or denial of service. Minimum limits: $2,000,000 per occurrence $2,000,000 annual aggregate Failure of Supplier to maintain the required insurance will constitute a material breach entitling Sourcewell to immediately terminate this Contract for default. B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Supplier must furnish to Sourcewell a certificate of insurance, as evidence of the insurance required under this Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the Sourcewell Supplier Development Administrator assigned to this Contract. The certificates must be signed by a person authorized by the insurer(s) to bind coverage on their behalf. Failure to request certificates of insurance by Sourcewell, or failure of Supplier to provide certificates of insurance, in no way limits or relieves Supplier of its duties and responsibilities in this Contract. C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY INSURANCE CLAUSE. Supplier agrees to list Sourcewell and its Participating Entities, including their officers, agents, and employees, as an additional insured under the Supplier’s commercial general liability insurance policy with respect to liability arising out of activities, “operations,” or “work” performed by or on behalf of Supplier, and products and completed operations of Supplier. The policy provision(s) or endorsement(s) must further provide that coverage is        697 091521-NAF Rev. 3/2021 13 primary and not excess over or contributory with any other valid, applicable, and collectible insurance or self-insurance in force for the additional insureds. D. WAIVER OF SUBROGATION. Supplier waives and must require (by endorsement or otherwise) all its insurers to waive subrogation rights against Sourcewell and other additional insureds for losses paid under the insurance policies required by this Contract or other insurance applicable to the Supplier or its subcontractors. The waiver must apply to all deductibles and/or self-insured retentions applicable to the required or any other insurance maintained by the Supplier or its subcontractors. Where permitted by law, Supplier must require similar written express waivers of subrogation and insurance clauses from each of its subcontractors. E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this Contract can be met by either providing a primary policy or in combination with umbrella/excess liability policy(ies), or self-insured retention. 19. COMPLIANCE A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this Contract must comply fully with applicable federal laws and regulations, and with the laws in the states and provinces in which the Equipment, Products, or Services are sold. B. LICENSES. Supplier must maintain a valid and current status on all required federal, state/provincial, and local licenses, bonds, and permits required for the operation of the business that the Supplier conducts with Sourcewell and Participating Entities. 20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION Supplier certifies and warrants that it is not in bankruptcy or that it has previously disclosed in writing certain information to Sourcewell related to bankruptcy actions. If at any time during this Contract Supplier declares bankruptcy, Supplier must immediately notify Sourcewell in writing. Supplier certifies and warrants that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any Participating Entity. Supplier certifies and warrants that neither it nor its principals have been convicted of a criminal offense related to the subject matter of this Contract. Supplier further warrants that it will provide immediate written notice to Sourcewell if this certification changes at any time.        698 091521-NAF Rev. 3/2021 14 21. PROVISIONS FOR NON-UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER UNITED STATES FEDERAL AWARDS OR OTHER AWARDS Participating Entities that use United States federal grant or FEMA funds to purchase goods or services from this Contract may be subject to additional requirements including the procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may have additional requirements based on specific funding source terms or conditions. Within this Article, all references to “federal” should be interpreted to mean the United States federal government. The following list only applies when a Participating Entity accesses Supplier’s Equipment, Products, or Services with United States federal funds. A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all contracts that meet the definition of “federally assisted construction contract” in 41 C.F.R. § 60- 1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 C.F.R. § 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.” The equal opportunity clause is incorporated herein by reference. B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal program legislation, all prime construction contracts in excess of $2,000 awarded by non- federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. § 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-federal entity must report all suspected or reported violations to the federal awarding agency. The contracts must also include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 C.F.R. § 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-federal entity must report all suspected or reported violations to the federal awarding agency. Supplier must be in compliance with all applicable Davis-Bacon Act provisions.        699 091521-NAF Rev. 3/2021 15 C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5). Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. This provision is hereby incorporated by reference into this Contract. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT. If the federal award meets the definition of “funding agreement” under 37 C.F.R. § 401.2(a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 C.F.R. § 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Supplier certifies that during the term of an award for all contracts by Sourcewell resulting from this procurement process, Supplier must comply with applicable requirements as referenced above. E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require the non-federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Supplier certifies that during the term of this Contract will comply with applicable requirements as referenced above. F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award (see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R. §180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3 C.F.R. § 1989 Comp., p. 235), “Debarment and Suspension.” SAM Exclusions contains the names        700 091521-NAF Rev. 3/2021 16 of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Supplier certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation by any federal department or agency. G. BYRD ANTI-LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Suppliers must file any required certifications. Suppliers must not have used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Suppliers must disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the non-federal award. Suppliers must file all certifications and disclosures required by, and otherwise comply with, the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352). H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Supplier must comply with the record retention requirements detailed in 2 C.F.R. § 200.333. The Supplier further certifies that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after grantees or subgrantees submit final expenditure reports or quarterly or annual financial reports, as applicable, and all other pending matters are closed. I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Supplier must comply with the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Supplier must comply with all applicable provisions of the Buy American Act. Purchases made in accordance with the Buy American Act must follow the applicable procurement rules calling for free and open competition. K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Supplier agrees that duly authorized representatives of a federal agency must have access to any books, documents, papers and records of Supplier that are directly pertinent to Supplier’s discharge of its obligations under this Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right also includes timely and reasonable access to Supplier’s personnel for the purpose of interview and discussion relating to such documents. L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation        701 091521-NAF Rev. 3/2021 17 and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. M. FEDERAL SEAL(S), LOGOS, AND FLAGS. The Supplier not use the seal(s), logos, crests, or reproductions of flags or likenesses of Federal agency officials without specific pre-approval. N. NO OBLIGATION BY FEDERAL GOVERNMENT. The U.S. federal government is not a party to this Contract or any purchase by an Participating Entity and is not subject to any obligations or liabilities to the Participating Entity, Supplier, or any other party pertaining to any matter resulting from the Contract or any purchase by an authorized user. O. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS. The Contractor acknowledges that 31 U.S.C. 38 (Administrative Remedies for False Claims and Statements) applies to the Supplier’s actions pertaining to this Contract or any purchase by a Participating Entity. P. FEDERAL DEBT. The Supplier certifies that it is non-delinquent in its repayment of any federal debt. Examples of relevant debt include delinquent payroll and other taxes, audit disallowance, and benefit overpayments. Q. CONFLICTS OF INTEREST. The Supplier must notify the U.S. Office of General Services, Sourcewell, and Participating Entity as soon as possible if this Contract or any aspect related to the anticipated work under this Contract raises an actual or potential conflict of interest (as described in 2 C.F.R. Part 200). The Supplier must explain the actual or potential conflict in writing in sufficient detail so that the U.S. Office of General Services, Sourcewell, and Participating Entity are able to assess the actual or potential conflict; and provide any additional information as necessary or requested. R. U.S. EXECUTIVE ORDER 13224. The Supplier, and its subcontractors, must comply with U.S. Executive Order 13224 and U.S. Laws that prohibit transactions with and provision of resources and support to individuals and organizations associated with terrorism. S. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT. To the extent applicable, Supplier certifies that during the term of this Contract it will comply with applicable requirements of 2 C.F.R. § 200.216. T. DOMESTIC PREFERENCES FOR PROCUREMENTS. To the extent applicable, Supplier certifies that during the term of this Contract will comply with applicable requirements of 2 C.F.R. § 200.322.        702 091521-NAF Rev. 3/2021 18 22. CANCELLATION Sourcewell or Supplier may cancel this Contract at any time, with or without cause, upon 60 days’ written notice to the other party. However, Sourcewell may cancel this Contract immediately upon discovery of a material defect in any certification made in Supplier’s Proposal. Cancellation of this Contract does not relieve either party of financial, product, or service obligations incurred or accrued prior to cancellation. Sourcewell 72 Hour LLC dba: National Auto Fleet Group By: __________________________ By: __________________________ Jeremy Schwartz Jesse Cooper Title: Chief Procurement Officer Title: Fleet Manager Date: ________________________ Date: ________________________ Approved: By: __________________________ Chad Coauette Title: Executive Director/CEO Date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id Number: RFP 091521 Vendor Name: 72 HOUR LLC        704 6SHFLILFDWLRQV 7DEOH3URSRVHU,GHQWLW\ $XWKRUL]HG5HSUHVHQWDWLYHV *HQHUDO,QVWUXFWLRQV DSSOLHVWRDOO7DEOHV 6RXUFHZHOOSUHIHUVDEULHIEXWWKRURXJKUHVSRQVHWRHDFKTXHVWLRQ'RQRWPHUHO\DWWDFKDGGLWLRQDOGRFXPHQWVWR\RXU UHVSRQVHZLWKRXWDOVRSURYLGLQJDVXEVWDQWLYHUHVSRQVH'RQRWOHDYHDQVZHUVEODQNUHVSRQG³1$´LIWKHTXHVWLRQGRHVQRWDSSO\WR\RX SUHIHUDEO\ZLWKDQ H[SODQDWLRQ   /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URSRVHUௐ/HJDOௐ1DPHௐ RQHௐOHJDOௐHQWLW\ௐRQO\ ௐௐ ,QௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐH[HFXWHௐWKHௐUHVXOWLQJௐFRQWUDFWௐ DVௐ6XSSOLHU ௐ+RXUௐ//&   ,GHQWLI\ௐDOOௐVXEVLGLDU\ௐHQWLWLHVௐRIௐWKHௐ3URSRVHUௐZKRVHௐ HTXLSPHQWௐSURGXFWVௐRUௐVHUYLFHVௐDUHௐLQFOXGHGௐLQௐWKHௐ 3URSRVDO :&$)ௐ//& :&'-5ௐ//& $ODQௐ-D\ௐ$XWRPRWLYHௐ,QF   ,GHQWLI\ௐDOOௐDSSOLFDEOHௐDVVXPHGௐQDPHVௐRUௐ'%$ௐQDPHVௐRIௐ WKHௐ3URSRVHUௐRUௐ3URSRVHU VௐVXEVLGLDULHVௐLQௐ/LQHௐௐRUௐ /LQHௐௐDERYH 1$)*ௐKDVௐQXPHURXVௐVXEVLGLDULHVௐDQGௐ'%$ VௐLQFOXGLQJௐEXWௐQRWௐOLPLWHGௐWR 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ &KHYUROHWௐRIௐ:DWVRQYLOOH :DWVRQYLOOHௐ)RUG :DWVRQYLOOHௐ&'-5 :DWVRQYLOOHௐ)OHHWௐ*URXS $ODQௐ-D\ௐ&KU\VOHUௐ-HHSௐ,QF $ODQௐ-D\ௐ&KHYUROHWௐ&DGLOODF $ODQௐ-D\ௐ%XLFNௐ*0& $ODQௐ-D\ௐ$XWRௐ2XWOHW &OHZLVWRQௐ0RWRUௐ&RPSDQ\ௐ,QF $ODQௐ-D\ௐ&KU\VOHUௐ'RGJHௐ5DPௐ-HHS $ODQௐ-D\ௐ/LQFROQ $ODQௐ-D\ௐ)RUG $ODQௐ-D\ௐ1LVVDQ $ODQௐ-D\ௐ7R\RWD   3URSRVHUௐ3K\VLFDOௐ$GGUHVV ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ  3URSRVHUௐZHEVLWHௐDGGUHVVௐ RUௐDGGUHVVHV ZZZ1DWLRQDO$XWR)OHHW*URXSFRP   3URSRVHU Vௐ$XWKRUL]HGௐ5HSUHVHQWDWLYHௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH ௐ 7KHௐUHSUHVHQWDWLYHௐ PXVWௐKDYHௐDXWKRULW\ௐWRௐVLJQௐWKHௐ³3URSRVHU¶Vௐ$VVXUDQFHௐ RIௐ&RPSOLDQFH´ௐRQௐEHKDOIௐRIௐWKHௐ3URSRVHUௐDQGௐLQௐWKHௐ HYHQWௐRIௐDZDUGௐZLOOௐEHௐH[SHFWHGௐWRௐH[HFXWHௐWKHௐUHVXOWLQJௐ FRQWUDFW  -HVVHௐ&RRSHU )OHHWௐ0DQDJHU  ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐSULPDU\ௐFRQWDFWௐIRUௐWKLVௐSURSRVDOௐ QDPHௐWLWOHௐ DGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  -HVVHௐ&RRSHU )OHHWௐ0DQDJHU  ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ -FRRSHU#QDWLRQDODXWRIOHHWJURXSFRP   3URSRVHU VௐRWKHUௐFRQWDFWVௐIRUௐWKLVௐSURSRVDOௐLIௐDQ\ௐ QDPHௐWLWOHௐDGGUHVVௐHPDLOௐDGGUHVVௐ ௐSKRQH  &ODUNHௐ&RRSHU )OHHWௐ0DQJHU  ௐ$XWRௐ&HQWHUௐ'ULYH :DWVRQYLOOHௐ&$ௐ &ODUNH&RRSHU#ZDWVRQYLOOHIOHHWJURXSFRP 7DEOH&RPSDQ\,QIRUPDWLRQDQG)LQDQFLDO6WUHQJWK /LQH ,WHP 4XHVWLRQ 5HVSRQVH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        705  3URYLGHௐDௐEULHIௐKLVWRU\ௐRIௐ\RXUௐFRPSDQ\ௐLQFOXGLQJௐ\RXUௐ FRPSDQ\¶VௐFRUHௐYDOXHVௐEXVLQHVVௐSKLORVRSK\ௐDQGௐ LQGXVWU\ௐORQJHYLW\ௐUHODWHGௐWRௐWKHௐUHTXHVWHGௐHTXLSPHQWௐ SURGXFWVௐRUௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐVWDUWHGௐDVௐDௐQHZௐGLYLVLRQௐRIௐௐ+RXUௐ//&ௐLQௐWKHௐVXPPHUௐRIௐௐLQௐWKHௐ KHDUWௐRIௐ6RXWKHUQௐ&DOLIRUQLDௐ:HௐEHJDQௐRXUௐQHWZRUNௐZLWKௐDௐVLQJOHௐDXWRPRELOHௐGHDOHUVKLSௐDQGௐKDYHௐQRZௐ JURZQௐRXUௐQHWZRUNௐWRௐHQFRPSDVVௐQXPHURXVௐGHDOHUVKLSVௐORFDWHGௐLQௐDQGௐRXWVLGHௐRIௐ&DOLIRUQLDௐ :HௐVWDQGௐE\ௐSURYLGLQJௐRSSRUWXQLWLHVௐIRUௐDGYDQFHPHQWௐE\ௐKLULQJௐDQGௐSURPRWLQJௐIURPௐZLWKLQௐRXUௐ RUJDQL]DWLRQௐ0DQ\ௐRIௐWKHௐ)OHHWௐ0DQDJHUVௐZKRௐVWDUWHGௐZLWKௐXVௐLQௐௐDUHௐVWLOOௐZLWKௐXVௐWRGD\ௐ 7KURXJKௐWKHௐ\HDUVௐZHௐKDYHௐHYROYHGௐDQGௐDGDSWHGௐWRௐWKHௐQHZௐWHFKQRORJ\ௐGULYHQௐWUHQGVௐWKDWௐDUHௐ UHYROXWLRQL]LQJௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐWRGD\ௐ+RZHYHUௐRXUௐEUDQG¶VௐIXQGDPHQWDOௐFRUHௐYDOXHVௐKDYHௐ UHPDLQHGௐXQFKDQJHGௐ±ௐ:HௐDUHௐFRPPLWWHGௐWRௐGRௐULJKWௐIRUௐWKHௐPHPEHUVௐ,IௐZHௐWDNHௐFDUHௐRIௐWKHPௐWKH\ௐ ZLOOௐLQௐUHWXUQௐWDNHௐFDUHௐRIௐXVௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐRSHUDWLRQDOௐEOXHSULQWௐDQGௐEXVLQHVVௐSKLORVRSK\ௐKDVௐDOZD\VௐEHHQௐWKHௐ³ௐ 5,*+7¶V´ௐIRUௐHYHU\ௐPHPEHUௐ:HௐGHOLYHUௐWKHௐ5,*+7ௐYHKLFOHௐDWௐWKHௐ5,*+7ௐWLPHௐWRௐWKHௐ5,*+7ௐSODFHௐDWௐ WKHௐ5,*+7ௐSULFHௐ 7KHௐLQWHJULW\ௐRIௐRXUௐEXVLQHVVௐVWHPVௐRQௐRXUௐGHHSௐIDPLO\ௐURRWVௐLQௐWKHௐDXWRPRWLYHௐLQGXVWU\ௐ:HௐDUHௐDQGௐ DOZD\VௐZLOOௐEHௐIDPLO\ௐRZQHGௐDQGௐRSHUDWHGௐZLWKௐRXUௐIXWXUHௐJHQHUDWLRQVௐDOUHDG\ௐLQௐWKHLUௐLQIDQWௐVWDJHVௐ WRGD\ௐ:HௐDUHௐFRPPLWWHGௐWRௐSLRQHHULQJௐRXUௐLQGXVWU\ௐIRUௐGHFDGHVௐWRௐFRPH   :KDWௐDUHௐ\RXUௐFRPSDQ\¶VௐH[SHFWDWLRQVௐLQௐWKHௐHYHQWௐRIௐ DQௐDZDUG" ,IௐDZDUGHGௐWKLVௐZRXOGௐEHௐRXUௐWKௐ6RXUFHZHOOௐ&RQWUDFWௐDQGௐZHௐZRXOGௐH[HFXWHௐDVௐVXFKௐ:HௐZLOOௐ FRQWLQXHௐWRௐVHUYHௐ\RXUௐPHPEHUVௐDQGௐSURYLGHௐWKHPௐZLWKௐH[FHOOHQWௐFXVWRPHUௐVHUYLFHௐZKLOHௐFRQWLQXLQJௐWRௐ DGYDQFHௐFXVWRPHUௐVDWLVIDFWLRQௐ$ORQJௐZLWKௐLPSOHPHQWLQJௐQHZௐEXVLQHVVௐJURZWKௐVWUDWHJLHVௐWKDWௐZLOOௐ XOWLPDWHO\ௐODXQFKௐXVௐLQWRௐQHZௐKHLJKWVௐRQFHௐDJDLQௐ )XUWKHUPRUHௐZHௐZLOOௐODXQFKௐRXUௐ3DUWQHUௐ3URJUDPௐGHWDLOHGௐLQௐWKHௐDWWDFKHGௐ³PDUNHWLQJௐ3ODQௐ &RPSUHVVHG´ௐ=LSௐILOHௐ7KLVௐQH[WௐJHQHUDWLRQௐDSSOLFDWLRQௐZLOOௐJLYHௐPHPEHUVௐWKHௐSRZHUௐWRௐVHOHFWௐXSILWWHUVௐ WKH\ௐZRXOGௐOLNHௐ1$)*ௐWRௐSDUWQHUௐZLWKௐLQௐSURYLGLQJௐVDWLVIDFWRU\ௐTXRWHVௐDQGௐVHUYLFHௐ:HௐVHHௐWUHPHQGRXVௐ YDOXHௐLQௐEXLOGLQJௐRXWௐWKHVHௐPXWXDOO\ௐEHQHILFLDOௐSDUWQHUVKLSVௐVRௐZHௐFDQௐSURYLGHௐௐVDWLVIDFWRU\ௐ WXUQNH\ௐVROXWLRQVௐWRௐWKHௐPHPEHUV   'HPRQVWUDWHௐ\RXUௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZLWKௐ PHDQLQJIXOௐGDWDௐ7KLVௐFRXOGௐLQFOXGHௐVXFKௐLWHPVௐDVௐ ILQDQFLDOௐVWDWHPHQWVௐ6(&ௐILOLQJVௐFUHGLWௐDQGௐERQGௐ UDWLQJVௐOHWWHUVௐRIௐFUHGLWௐDQGௐGHWDLOHGௐUHIHUHQFHௐOHWWHUVௐ 8SORDGௐVXSSRUWLQJௐGRFXPHQWVௐ DVௐDSSOLFDEOH ௐLQௐWKHௐ GRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 7RௐGHPRQVWUDWHௐ1$)*¶VௐILQDQFLDOௐVWUHQJWKௐDQGௐVWDELOLW\ௐZHௐKDYHௐXSORDGHGௐ%DQNௐ&RPPLWPHQWௐOHWWHUVௐ XQGHUௐWKHௐ)LQDQFLDOௐ6WUHQJWKௐ6HFWLRQௐRIௐWKHௐRQOLQHௐDSSOLFDWLRQௐ:HௐKDYHௐDௐGLUHFWௐOLQHௐRIௐFUHGLWௐRIௐ ௐWKDWௐZHௐDUHௐFXUUHQWO\ௐXWLOL]LQJௐZLWKௐRXUௐFXUUHQWௐDQGௐSDVWௐ6RXUFHZHOOௐ&RQWUDFWVௐ+RZHYHUௐ WKLVௐQXPEHUௐLVௐQRWௐFDSSHGௐDVௐZHௐKDYHௐWKHௐIUHHGRPௐWRௐH[WHQGௐWKHௐFDSௐWRௐDFFRPPRGDWHௐWKHௐUHYROYLQJௐ QHHGVௐRIௐWKHௐPHPEHUVௐ 5HIHUHQFHGௐEHORZௐLVௐDௐVKRUWௐUHJLVWHUௐRIௐVRPHௐRIௐRXUௐPDUNHWௐVXFFHVVௐIURPௐDZDUGHGௐJRYHUQPHQWௐ FRQWUDFWVௐWKDWௐHQFRPSDVVௐRYHUௐௐZRUWKௐRIௐSURGXFWVௐDQGௐJRRGVௐXQGHUௐRXUௐFXUUHQWௐ 6RXUFHZHOOௐ&RQWUDFWௐ $ௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) %ௐௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐௐௐFRQWUDFWௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) &ௐ*RYHUQPHQWௐ)OHHWௐ$UWLFOHௐ+LJKOLJKWLQJௐRXUௐWUDQVDFWLRQௐZLWKௐWKHௐ&LW\ௐRIௐ6DQௐ'LHJRௐ&$ௐSURFXULQJௐRYHUௐ ௐ3ROLFHௐYHKLFOHVௐWKURXJKௐ1$)*ௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) 'ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ:RUOGௐ$LUSRUWVௐ&$ௐ&RQWUDFWௐIRUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ 1$)ௐIRUௐWKHௐSURFXUHPHQWௐRIௐௐYHKLFOHV (ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐ([WHQVLRQௐWRௐௐௐFRQWUDFWௐXQGHUௐ6RXUFHZHOOௐ &RQWUDFWௐ1$) )ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ&RQWUDFWௐIRUௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) *ௐ&LW\ௐRIௐ/RVௐ$QJHOHVௐ+DUERUௐ&$ௐ5HQHZDOௐIRUௐDQRWKHUௐௐௐXQGHUௐ6RXUFHZHOOௐ&RQWUDFWௐ&ODVVௐ ௐௐDQGௐௐ&RQWUDFWௐ1$) +ௐ&LW\ௐRIௐ&RVWDௐ0HVDௐ&$ௐ&RQWUDFWௐௐXQGHUௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) ,ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐFXUUHQWௐ&ODVVௐௐௐDQGௐௐ&KDVVLVௐ&RQWUDFWௐ 1$) -ௐ%ODQNHWௐ&RQWUDFWVௐZLWKௐWKHௐ6WDWHௐRIௐ0DU\ODQGௐ0'ௐRIIௐRXUௐ&XUUHQWௐ6RXUFHZHOOௐ&RQWUDFWௐ1$) :HௐKDYHௐDOVRௐDWWDFKHGௐRXUௐ&RPPLWPHQWௐ/HWWHU¶VௐIRUௐXQSDUDOOHOௐVXSSRUWௐIURPௐOHDGLQJௐQDWLRQDOO\ௐ UHFRJQL]HGௐXSILWௐVXSSOLHUVௐVXFKௐ7KHௐ.QDSKHLGHௐ0DQXIDFWXULQJௐ&RPSDQ\ௐ$ORQJௐZLWKௐUHJLRQDOௐVXSSOLHUVௐ VXFKௐDVௐ%UDQGௐ);ௐDQGௐ3KHQL[ௐ7UXFNௐ%RG\ௐORFDWHGௐLQௐ6RXWKHUQௐ&DOLIRUQLDௐVHUYHௐDVௐUHJLRQDOௐVXSSRUWௐ ORFDWLRQVௐZKRPௐZHௐRIWHQௐZRUNௐDORQJVLGHௐWRௐIXOILOOௐDOOௐPHPEHUௐQHHGVௐZLWKௐSDVWௐSUHVHQWௐDQGௐIXWXUHௐ RUGHUVௐZLWKௐ1$)*ௐ ,QFOXGHGௐDUHௐDOVRௐ8SILWWHUௐ5HFRPPHQGDWLRQௐOHWWHUVௐWRௐLOOXVWUDWHௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐ WDNHQௐDௐSURDFWLYHௐLQWHUHVWௐLQௐEXLOGLQJௐPXWXDOO\ௐEHQHILFLDOௐUHODWLRQVKLSௐZLWKௐRXUௐXSILWWHUVௐ0XWXDOLW\ௐDQGௐ UHFLSURFLW\ௐUHODWLRQVKLSVௐEHWZHHQௐERG\ௐFRPSDQLHVௐDQGௐRXUௐGHDOHU¶VௐDUHௐWZRௐRIௐWKHௐNH\ௐFRPSRQHQWVௐ WKDWௐKHOSௐPHPEHUVௐUHFHLYHௐZKDWௐWKH\ௐQHHGௐLQௐDௐVPRRWKௐDQGௐHIILFLHQWௐIDVKLRQௐ ,QௐDGGLWLRQௐWKHௐDGRSWLRQௐRIௐRXUௐ&ODVVௐௐௐDQGௐௐ&RQWUDFWௐIURPௐ$QQHௐ$UXQGHOௐ&RXQW\ௐLQௐWKHௐVWDWHௐRIௐ 0DU\ODQGௐLVௐDVௐDQௐH[DPSOHௐRIௐKRZௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDWWUDFWVௐDQGௐUHWDLQVௐQHZௐFOLHQWVௐE\ௐ GHPRQVWUDWLQJௐWRௐWKHPௐWKHUH¶VௐDௐEHWWHUௐDQGௐPRUHௐHIILFLHQWௐZD\ௐRIௐILQGLQJௐWXUQNH\ௐVROXWLRQV /DVWO\ௐZHௐKDYHௐDWWDFKHGௐVXSSRUWLQJௐGRFXPHQWVௐWKDWௐKHOSௐHPSKDVL]HௐDQGௐH[HPSOLI\ௐRXUௐJURZWKௐVLQFHௐ RXUௐILUVWௐDZDUGHGௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐௐ:HௐVLQFHUHO\ௐKRSHௐLWௐKHOSVௐSRUWUD\ௐRXUௐFRPPLWPHQWௐWRௐ EXLOGLQJௐOLIHORQJௐUDSSRUWௐDQGௐWUXVWௐZLWKௐRXUௐSDUWQHUௐXSILWWHUVௐDQGௐPHPEHUV   :KDWௐLVௐ\RXUௐ86ௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐWKDWௐ \RXௐDUHௐSURSRVLQJ" ௐ2IௐRXUௐUHVSHFWLYHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐWKHௐ86ௐPDUNHWௐVKDUHௐLVௐHVWLPDWHGௐWRௐEHௐௐ±ௐ   :KDWௐLVௐ\RXUௐ&DQDGLDQௐPDUNHWௐVKDUHௐIRUௐWKHௐVROXWLRQVௐ WKDWௐ\RXௐDUHௐSURSRVLQJ" ,WௐLVௐGLIILFXOWௐWRௐHVWLPDWHௐWKHௐPDUNHWௐVKDUHௐIRUௐWKHௐEUDQGVௐDQGௐ2(0¶VௐZHௐUHSUHVHQWௐKRZHYHUௐZHௐ HVWLPDWHௐWKDWௐLWௐVKRXOGௐEHௐWKHௐVDPHௐௐௐௐRIௐWKHௐ86ௐVKDUH  +DVௐ\RXUௐEXVLQHVVௐHYHUௐSHWLWLRQHGௐIRUௐEDQNUXSWF\ௐ SURWHFWLRQ"ௐ,IௐVRௐH[SODLQௐLQௐGHWDLO 1R Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        706  +RZௐLVௐ\RXUௐRUJDQL]DWLRQௐEHVWௐGHVFULEHGௐLVௐLWௐDௐ PDQXIDFWXUHUௐDௐGLVWULEXWRUGHDOHUUHVHOOHUௐRUௐDௐVHUYLFHௐ SURYLGHU"ௐௐ$QVZHUௐZKLFKHYHUௐTXHVWLRQௐ HLWKHUௐD ௐRUௐE ௐ MXVWௐEHORZ ௐEHVWௐDSSOLHVௐWRௐ\RXUௐRUJDQL]DWLRQ D ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐ RUௐVLPLODUௐHQWLW\ ௐSURYLGHௐ\RXUௐ ZULWWHQௐDXWKRUL]DWLRQௐWRௐDFWௐDVௐDௐ GLVWULEXWRUGHDOHUUHVHOOHUௐIRUௐWKHௐPDQXIDFWXUHUௐRIௐWKHௐ SURGXFWVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ,IௐDSSOLFDEOHௐLVௐ\RXUௐ GHDOHUௐQHWZRUNௐLQGHSHQGHQWௐRUௐFRPSDQ\ௐRZQHG" E ௐௐௐௐ,Iௐ\RXUௐFRPSDQ\ௐLVௐEHVWௐGHVFULEHGௐDVௐDௐ PDQXIDFWXUHUௐRUௐVHUYLFHௐSURYLGHUௐGHVFULEHௐ\RXUௐ UHODWLRQVKLSௐZLWKௐ\RXUௐVDOHVௐDQGௐVHUYLFHௐIRUFHௐDQGௐZLWKௐ \RXUௐGHDOHUௐQHWZRUNௐLQௐGHOLYHULQJௐWKHௐSURGXFWVௐDQGௐ VHUYLFHVௐSURSRVHGௐLQௐWKLVௐ5)3ௐ$UHௐWKHVHௐLQGLYLGXDOVௐ \RXUௐHPSOR\HHVௐRUௐWKHௐHPSOR\HHVௐRIௐDௐWKLUGௐSDUW\" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐDௐGHDOHUௐQHWZRUNௐEHVWௐFDWHJRUL]HGௐDVௐ³$´ௐௐ'LVWULEXWHU'HDOHU5HVHOOHUௐ DQGௐ'HDOHUௐ3DUWQHUௐIRUௐ  ௐ2(0ௐ0DQXIDFWXUHUVௐLQFOXGLQJௐ)RUGௐ0RWRUௐ&RPSDQ\ௐ&KHYUROHWௐ5$0ௐ *0&ௐ%XLFNௐ&KU\VOHUௐ'RGJHௐ-HHSௐ7R\RWDௐ1LVVDQௐ.,$ௐ%0:ௐ+RQGDௐ&DGLOODFௐDQGௐ9RONVZDJHQௐ$OOௐ RUGHUVௐDUHௐSODFHGௐZLWKௐWKHௐIUDQFKLVHGௐGHDOHUௐDQGௐXOWLPDWHO\ௐWLWOHGௐGLUHFWO\ௐWRௐWKHௐPHPEHUௐ$OOௐ DSSURSULDWHௐFHUWLILFDWLRQௐFHUWLILFDWHVௐDQGௐDXWKRUL]HGௐ'09)DFWRU\ௐOLFHQVHVௐPD\ௐEHௐIRXQGௐLQௐWKHௐ³5HODWHGௐ &HUWLILFDWLRQ´ௐVHFWLRQௐXSORDGHGௐWRௐWKLVௐ5)3ௐ,WௐVKRXOGௐEHௐQRWHGௐZHௐGRௐQRWௐVHOOௐXVHGௐHTXLSPHQWௐWRௐ PHPEHUV   ,IௐDSSOLFDEOHௐSURYLGHௐDௐGHWDLOHGௐH[SODQDWLRQௐRXWOLQLQJௐ WKHௐOLFHQVHVௐDQGௐFHUWLILFDWLRQVௐWKDWௐDUHௐERWKௐUHTXLUHGௐWRௐ EHௐKHOGௐDQGௐDFWXDOO\ௐKHOGௐE\ௐ\RXUௐRUJDQL]DWLRQௐ LQFOXGLQJௐWKLUGௐSDUWLHVௐDQGௐVXEFRQWUDFWRUVௐWKDWௐ\RXௐXVH ௐ LQௐSXUVXLWௐRIௐWKHௐEXVLQHVVௐFRQWHPSODWHGௐE\ௐWKLVௐ5)3 5HTXLUHGௐOLFHQVHVௐLQFOXGHௐDௐ'HDOHU¶Vௐ/LFHQVHௐDௐ)UDQFKLVHௐLVVXHGௐE\ௐWKHௐ0DQXIDFWXUHௐDௐ'HSDUWPHQWௐ RIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐDVௐZHOOௐDVௐDௐ5HVHOOHU¶VௐSHUPLWௐOLFHQVHௐ$OOௐZKLFKௐ1$)*ௐDQGௐ'HDOHUௐ 3DUWQHU¶VௐKROGௐ3OHDVHௐUHYLHZௐRXUௐDWWDFKPHQWௐGRFXPHQWVௐLQௐVHFWLRQௐ³5HODWHGௐ&HUWLILFDWLRQ´ௐIRUௐOLFHQVHVௐ WKDWௐZHௐHLWKHUௐVROHO\ௐRZQௐRUௐDUHௐMRLQWO\ௐRZQHGௐE\ௐRXUௐSDUWQHUௐGHDOHUVௐWKDWௐSHUWDLQௐWRௐWKLVௐ5)3ௐ$ௐOLVWௐRIௐ DOOௐRXUௐOLFHQVHVௐDUHௐEHORZௐVRPHௐRIௐZKLFKௐPD\ௐQRWௐSHUWDLQௐWRௐFODVVௐௐEXWௐWRௐFODVVௐௐ &$ௐ&HUWLILFDWHௐRIௐ*RRGௐ6WDQGLQJௐ 6WDWHௐRIௐ)ORULGDௐ/LFHQVHௐ&HUWLILFDWHVௐ 9) 9) 9) 9) 9) 9) 9) 9) 9) 9) 9) &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ 'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐ1XPEHUௐ %XUHDXௐRIௐ$XWRPRWLYHௐUHSDLUௐ5HJLVWUDWLRQௐௐ$5'ௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐ &LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ &LW\ௐRIௐ:DWVRQYLOOHௐ%XVLQHVVௐ/LFHQVHௐ1XPEHUௐ )LFWLWLRXVௐ%XVLQHVVௐ1DPHVௐIURPௐ6DQWDௐ&UX]ௐ&RXQW\ௐIRUௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ)%1ௐ &DOLIRUQLDௐ*HQHUDOௐ5HVDOHௐ&HUWLILFDWHௐ 'XQௐ ௐ%UDGVWUHHWௐ1XPEHUௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&HUWLILFDWH *RYHUQPHQWௐRIௐWKHௐ'LVWULFWௐRIௐ&ROXPELDௐ7D[ௐ5HJLVWUDWLRQௐௐ &LW\ௐRIௐ/RVௐ$QJHOHVௐ7D[ௐ5HJLVWUDWLRQௐ *RYHUQPHQWௐRIௐ7KHௐ'LVWULFWௐRIௐ&ROXPELDௐ&/($1ௐ+$1'6ௐ&(57,),&$7,21 6DQௐ'LHJRௐ)UHLJKWOLQHUௐ6HOOHU¶Vௐ3HUPLW &RPPRQZHDOWKௐRIௐ9LUJLQLDௐ6WDWHௐ&RUSRUDWLRQௐ&RPPLVVLRQௐ&HUWLILFDWHௐ 6WDWHௐRIௐ0DU\ODQGௐ*RRGௐ6WDQGLQJௐ&HUWLILFDWHௐ .DQVDVௐ'HSDUWPHQWௐRIௐ5HYHQXHௐIRUௐ.DQVDVௐ&LW\ௐ3HWHUELOW 1HZௐ-HUVH\ௐ'HSDUWPHQWௐRIௐ7UHDVXU\ௐ5HJLVWUDWLRQௐ&HUWLILFDWH 1HZௐ-HUVH\ௐ%XVLQHVVௐ5HJLVWUDWLRQௐ 1RWLFHௐRIௐ&RPSOLDQFHௐRIௐWKHௐ&DQWRQௐ&LW\ௐ&RGLILHGௐ2UGLQDQFHௐ (PSOR\HHௐ,QIRUPDWLRQௐ5HSRUWௐIRUௐWKHௐ6WDWHௐRIௐ1HZௐ-HUVH\ௐ 6WDWHௐRIௐ0DU\ODQGௐ1HZௐ6DOHVௐDQGௐ8VHௐWD[ௐ/LFHQVHௐ &$ௐ6WDWHௐ6HOOHU¶Vௐ3HUPLWௐௐ 6RXWKௐ&DUROLQDௐ'HSDUWPHQWௐRIௐ0RWRUௐ9HKLFOHVௐ/LFHQVHௐ1XPEHUௐ 6WDWHௐRIௐ6RXWKௐ&DUROLQDௐ5HWDLOௐ/LFHQVHௐ &RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ 6WDWHௐRIௐ:HVWௐ9LUJLQLDௐ'HDOHUௐ/LFHQVHௐ &RPPRQZHDOWKௐRIௐ.HQWXFN\ௐ9HKLFOHௐ'HDOHUௐ/LFHQVHௐௐௐ 6WDWHௐRIௐ7HQQHVVHHௐ9HKLFOHௐ'HDOHUௐ/LFHQVH   3URYLGHௐDOOௐ³6XVSHQVLRQௐRUௐ'HEDUPHQW´ௐLQIRUPDWLRQௐWKDWௐ KDVௐDSSOLHGௐWRௐ\RXUௐRUJDQL]DWLRQௐGXULQJௐWKHௐSDVWௐWHQௐ \HDUV 1RWௐ$SSOLFDEOHௐQRQH  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        707 7DEOH,QGXVWU\5HFRJQLWLRQ 0DUNHWSODFH6XFFHVV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐUHOHYDQWௐLQGXVWU\ௐDZDUGVௐRUௐUHFRJQLWLRQௐ WKDWௐ\RXUௐFRPSDQ\ௐKDVௐUHFHLYHGௐLQௐWKHௐSDVWௐILYHௐ\HDUV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐUHFHLYHGௐLWVௐPRVWௐSUHVWLJLRXVௐDZDUGௐIRUௐ7RSௐ3ODFHPHQWௐZLWKLQௐ)RUGௐ0RWRUௐ &RPSDQ\ௐDVௐWKHௐOHDGLQJௐGHDOHUVKLSௐLQௐ*RYHUQPHQWௐ6DOHVௐ,QௐDGGLWLRQௐRXUௐ&KHYUROHWௐEUDQGௐZDVௐKLJKO\ௐ UDQNHGௐDQGௐKRQRUHGௐௐFRQVHFXWLYHௐ\HDUVௐE\ௐ*HQHUDOௐ0RWRUV   :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐ JRYHUQPHQWDOௐVHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐRXUௐIOHHWௐGLYLVLRQௐௐRIௐRXUௐFRQWUDFWVௐZLWKLQௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDYHௐEHHQௐZLWKௐJRYHUQPHQWௐ DFFRXQWV  :KDWௐSHUFHQWDJHௐRIௐ\RXUௐVDOHVௐDUHௐWRௐWKHௐHGXFDWLRQௐ VHFWRUௐLQௐWKHௐSDVWௐWKUHHௐ\HDUV :LWKLQௐWKHௐSDVWௐௐ\HDUVௐௐRIௐRXUௐVDOHVௐKDYHௐEHHQௐWRௐJRYHUQPHQWௐDFFRXQWVௐௐRIௐZKLFKௐDUHௐ ZLWKLQௐWKHௐHGXFDWLRQௐVHFWRU  /LVWௐDQ\ௐVWDWHௐSURYLQFLDOௐRUௐFRRSHUDWLYHௐSXUFKDVLQJௐ FRQWUDFWVௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐDQQXDOௐVDOHVௐ YROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐWKHௐSDVWௐWKUHHௐ \HDUV" :HௐKROGௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐZLWKௐYROXPHVௐIURPௐௐWRௐௐXQLWVௐDௐ\HDUௐRYHUௐWKHௐSDVWௐ WKUHHௐ\HDUVௐ,QௐDGGLWLRQௐRXUௐ6RXUFHZHOOௐ&RQWUDFW¶VௐௐௐDQGௐௐWKDWௐZHௐKDYHௐ PDLQWDLQHGௐRYHUௐWKHௐSDVWௐWKUHHௐ\HDUVௐKDVௐVROGௐFRPELQHGௐQRUWKௐRIௐௐPLOOLRQௐRIௐ&RPELQHGௐ4XDUWHUO\ௐ 6DOHV   /LVWௐDQ\ௐ*6$ௐFRQWUDFWVௐRUௐ6WDQGLQJௐ2IIHUVௐDQGௐ6XSSO\ௐ $UUDQJHPHQWVௐ 626$ ௐWKDWௐ\RXௐKROGௐ:KDWௐLVௐWKHௐ DQQXDOௐVDOHVௐYROXPHௐIRUௐHDFKௐRIௐWKHVHௐFRQWUDFWVௐRYHUௐ WKHௐSDVWௐWKUHHௐ\HDUV" 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐIRFXVௐOLHVௐRQௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐ1$)*ௐKROGVௐQRௐRWKHUௐ*6$ௐ FRQWUDFWௐ6WDQGLQJௐ2IIHUVௐRUௐ6XSSO\ௐ$UUDQJHPHQWVௐRWKHUௐWKDQௐWKHௐ6WDWHௐRIௐ&DOLIRUQLDௐFRQWUDFWௐௐ2XUௐ DQQXDOௐVDOHVௐYROXPHௐLVௐHVWLPDWHGௐWRௐEHௐQRUWKௐRIௐௐPLOOLRQ 7DEOH5HIHUHQFHV7HVWLPRQLDOV /LQH,WHP6XSSO\UHIHUHQFHLQIRUPDWLRQIURPWKUHHFXVWRPHUVZKRDUHHOLJLEOHWREH6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHV (QWLW\1DPH &RQWDFW1DPH 3KRQH1XPEHU 3RUWௐRIௐ/RVௐ$QJHOHVௐ&$ 0Uௐ'DYHௐ&RPHU   &RXQW\ௐRIௐ9HQWXUHௐ&$ 0Uௐ-RUJHௐ%QLOOD  &LW\ௐRIௐ$XVWLQௐ7; 0Uௐ0DWWௐ6DJHU  &RXQW\ௐRIௐ6DQௐ-RDTXLQௐ&$ 0Uௐ'DYLGௐ0\HUV  &LW\ௐRIௐ3DORௐ$OWRௐ&$ 0Vௐ'DQLWUDௐ%DKOPDQ  7DEOH7RS)LYH*RYHUQPHQWRU(GXFDWLRQ&XVWRPHUV /LQH,WHP3URYLGHDOLVWRI\RXUWRSILYHJRYHUQPHQWHGXFDWLRQRUQRQSURILWFXVWRPHUV HQWLW\QDPHLVRSWLRQDO LQFOXGLQJHQWLW\W\SHWKHVWDWHRUSURYLQFHWKH HQWLW\LVORFDWHGLQVFRSHRIWKHSURMHFW V VL]HRIWUDQVDFWLRQ V DQGGROODUYROXPHVIURPWKHSDVWWKUHH\HDUV (QWLW\1DPH (QWLW\7\SH 6WDWH3URYLQFH 6FRSHRI:RUN 6L]HRI7UDQVDFWLRQV 'ROODU9ROXPH3DVW7KUHH <HDUV &LW\ௐRIௐ$XVWLQ *RYHUQPHQW 7H[DV7; 3XUFKDVHU ௐ9HKLFOHVௐDWௐRQFHௐ9DQVௐ DQGௐ689V 2YHUௐ0  /RVௐ$QJHOHVௐ 'HSDUWPHQWௐRIௐ :DWHUௐDQGௐ3RZHU *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ9HKLFOHVௐ9DQVௐDQGௐ 689V 2YHUௐ0  3RUWௐRIௐ/RVௐ $QJHOHV *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0  $QQHௐ$UXQGHOௐ &RXQW\ *RYHUQPHQW 0DU\ODQG0' 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐDQGௐ689V 2YHUௐ0  &LW\ௐRIௐ6DQௐ'LHJR *RYHUQPHQW &DOLIRUQLD&$ 3XUFKDVHU 2YHUௐௐ7UXFNVௐ9DQVௐ689 2YHUௐ0  7DEOH$ELOLW\WR6HOODQG'HOLYHU6HUYLFH 'HVFULEH\RXUFRPSDQ\¶VFDSDELOLW\WRPHHWWKHQHHGVRI6RXUFHZHOOSDUWLFLSDWLQJHQWLWLHVDFURVVWKH86DQG&DQDGDDVDSSOLFDEOH<RXUUHVSRQVHVKRXOGDGGUHVV LQGHWDLODWOHDVWWKHIROORZLQJDUHDVORFDWLRQVRI\RXUQHWZRUNRIVDOHVDQGVHUYLFHSURYLGHUVWKHQXPEHURIZRUNHUV IXOOWLPHHTXLYDOHQWV LQYROYHGLQHDFKVHFWRU ZKHWKHUWKHVHZRUNHUVDUH\RXUGLUHFWHPSOR\HHV RUHPSOR\HHVRIDWKLUGSDUW\ DQGDQ\RYHUODSEHWZHHQWKHVDOHVDQGVHUYLFHIXQFWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6DOHVௐIRUFH 2XUௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐDQGௐDQௐLQGLUHFWௐVDOHVௐIRUFHௐ2XUௐGLUHFWௐVDOHVௐIRUFHௐFRQVLVWVௐRIௐGLUHFWௐ HPSOR\HHVௐDQGௐSDUWQHUௐGHDOHUVௐZKLFKௐH[FHHGVௐDQௐHPSOR\HHௐFRXQWௐRIௐௐSHUVRQQHOௐERWKௐIXOOௐWLPHௐDQGௐ SDUWௐWLPHௐ0DQ\ௐRIௐRXUௐVDOHVௐIRUFHௐDUHௐVSUHDGௐDFURVVௐWKHௐ86ௐDQGௐZHௐOHYHUDJHௐRXUௐUHODWLRQVKLSVௐZLWKௐ RXUௐODUJHUௐFODVVௐGHDOHUVKLSVௐWRௐVHUYLFHௐWKHௐPHPEHUVௐORZHUௐFODVVௐYHKLFOHௐQHHGVௐDVௐZHOOௐ$ௐFURVVௐVDOHVௐ IRUFHௐ7KHVHௐLQGLYLGXDOVௐKHOSௐVXSSRUWௐRXUௐGHDOHUVKLSVௐDQGௐ1$)*ௐ)OHHWௐ'LYLVLRQௐGLUHFWO\ௐ2QௐWKHௐRWKHUௐ KDQGௐRXUௐLQGLUHFWௐVDOHVௐIRUFHௐPDGHௐXSௐRIௐXSILWWHUVௐDQGௐSDUWQHUௐVXSSOLHUVௐFRQVLVWVௐRIௐRYHUௐௐSHUVRQQHOௐ ZLWKௐRXUௐSDUWQHUௐQHWZRUNௐDQGௐVDOHVௐIRUFHௐJURZLQJௐDQQXDOO\ௐ :LWKௐERWKௐGLUHFWௐDQGௐLQGLUHFWௐVDOHVௐIRUFHௐVWDIIௐZRUNLQJௐWRJHWKHUௐ1$)*ௐKDVௐEHHQௐDEOHௐWRௐVXFFHVVIXOO\ௐ JURZௐPDLQWDLQௐDQGௐVHUYLFHௐWKHௐGHPDQGௐRIௐWKHௐPHPEHUVௐ$VௐWKHௐQXPEHUௐRIௐ\RXUௐPHPEHUVௐJURZௐZHௐZLOOௐ FRQWLQXRXVO\ௐZHOFRPHௐPRUHௐVWDIIௐWRௐQRWௐRQO\ௐPHHWௐFXVWRPHUௐGHPDQGௐEXWௐDOVRௐWRௐH[FHHGௐFXVWRPHUௐ H[SHFWDWLRQV  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        708  'HDOHUௐQHWZRUNௐRUௐRWKHUௐGLVWULEXWLRQௐPHWKRGV 2XUௐIUDQFKLVHௐQHWZRUNௐLQௐ&DQDGDௐDQGௐWKHௐ86ௐLVௐIRUWXQDWHO\ௐVHFRQGௐWRௐQRQHௐ2XUௐௐSURSRVHGௐ2(06ௐ SUHYLRXVO\ௐPHQWLRQHGௐDOOௐRIௐZKLFKௐKDYHௐHVWDEOLVKHGௐDௐSUHVHQFHௐQDWLRQZLGHௐZLWKௐIDFWRU\ௐVWRUHVௐ VWUDWHJLFDOO\ௐSODFHGௐZKHUHௐDOOௐPHPEHUVௐFDQௐUHFHLYHௐVHUYLFHௐDQGௐFRPSOHWHௐZDUUDQW\ௐUHSDLUVௐZLWKௐWKHLUௐ UHVSHFWLYHௐSURGXFWV ௐ6LPSOHௐSXWௐWKHௐ1RUWKௐ$PHULFDQௐDQGௐ&DQDGLDQௐDXWRPRELOHௐVXSSO\ௐFKDLQௐQHWZRUNௐLVௐRQHௐRIௐWKHௐEHVWௐLQௐ WKHௐZRUOGௐ2IௐWKHௐௐEUDQGVௐZHௐUHSUHVHQWௐWKHௐ2(0VௐKDYHௐSXWௐLQௐSODFHௐDௐGHDOHUௐQHWZRUNௐDFURVVௐDOOௐௐ VWDWHVௐWKDWௐZLOOௐDOORZௐXVௐWRௐEHVWௐVHUYHௐDOOௐPHPEHUV   6HUYLFHௐIRUFH 7KHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐKDYHௐWKRXVDQGVௐRIௐVHUYLFHௐORFDWLRQVௐWKDWௐZRXOGௐEHௐHDVLO\ௐDFFHVVLEOHௐ WRௐDOOௐ\RXUௐPHPEHUVௐ6HUYLFHௐFHQWHUVௐDQGௐZDUUDQW\ௐUHSDLUௐIDFLOLWLHVௐIRUௐDOOௐௐ2(0VௐDUHௐDPSOHௐDQGௐ UHDG\ௐWRௐKHOSௐVHUYLFHௐRXUௐPHPEHUVௐDQGௐWKHLUௐQHHGVௐ+RZHYHUௐ$ODVNDௐDQGௐ+DZDLLௐPD\ௐEHௐH[FHSWLRQVௐ DVௐWKH\ௐPD\ௐKDYHௐIDUWKHUௐGLVWDQFHVௐEHWZHHQௐIUDQFKLVHVௐZKHUHௐPHPEHUVௐFDQௐXWLOL]HௐWKHௐUHSDLUௐVHUYLFHV   'HVFULEHௐWKHௐRUGHULQJௐSURFHVVௐ,IௐRUGHUVௐZLOOௐEHௐ KDQGOHGௐE\ௐGLVWULEXWRUVௐGHDOHUVௐRUௐRWKHUVௐH[SODLQௐWKHௐ UHVSHFWLYHௐUROHVௐRIௐWKHௐ3URSRVHUௐDQGௐRWKHUV 7KHௐPHPEHUௐPD\ௐRUGHUௐWKHLUௐYHKLFOHVௐE\ௐQDYLJDWLQJௐWRௐRXUௐZHEVLWHௐZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐ DQGௐJRLQJௐWKURXJKௐWKHௐVWHSE\VWHSௐSURFHVVௐWRௐJHQHUDWHௐDQௐRQOLQHௐTXRWHௐRUௐE\ௐFDOOLQJௐRQHௐRIௐRXUௐ UHSUHVHQWDWLYHVௐDWௐௐRUௐE\ௐVHQGLQJௐ1$)*ௐDQௐHPDLOௐDWௐ)OHHW#1DWLRQDO$XWR)OHHW*URXSFRPௐ 2UGHUVௐDUHௐWKHQௐSURFHVVHGௐGLUHFWO\ௐWRௐWKHௐPDQXIDFWXUHUௐZKRௐZLOOௐZRUNௐWRௐVXSSO\ௐWKHௐYHKLFOHௐWRௐWKHௐVKLS WRௐORFDWLRQௐIRUௐXSILWWLQLJௐRUௐHQGௐXVHUௐGHVLUHGௐGHOLYHU\ௐORFDWLRQ   'HVFULEHௐLQௐGHWDLOௐWKHௐSURFHVVௐDQGௐSURFHGXUHௐRIௐ \RXUௐFXVWRPHUௐVHUYLFHௐSURJUDPௐLIௐDSSOLFDEOHௐௐ ,QFOXGHௐ\RXUௐUHVSRQVHWLPHௐFDSDELOLWLHVௐDQGௐ FRPPLWPHQWVௐDVௐZHOOௐDVௐDQ\ௐLQFHQWLYHVௐWKDWௐKHOSௐ \RXUௐSURYLGHUVௐPHHWௐ\RXUௐVWDWHGௐVHUYLFHௐJRDOVௐRUௐ SURPLVHV 7RௐEHVWௐGHPRQVWUDWHௐRXUௐ&XVWRPHUௐ6HUYLFHௐSURJUDPௐNLQGO\ௐUHIHUHQFHௐWKHௐ=,3ௐILOHௐ³0HPEHUௐ:DONௐ 7KURXJK´ௐWKDWௐLVௐDWWDFKHGௐLQௐWKHௐ$GGLWLRQDOௐ'RFXPHQWVௐIROGHUௐ3OHDVHௐEHJLQௐZLWKௐDQGௐUHYLHZௐLQௐRUGHUௐWKDWௐ LVௐH[SODLQHGௐEHORZௐ +RZௐ0HPEHUVௐ&DQௐ*HWௐ4XRWHVௐ2QOLQHௐௐ$ௐPHPEHUௐFDQௐREWDLQௐPRVWௐTXRWHVௐE\ௐYLVLWLQJௐRXUௐZHEVLWHௐ ZZZ1DWLRQDO$XWR)OHHW*URXSFRPௐZKHUHௐDௐVLPSOHௐRQHௐVWHSௐIRUPௐLVௐQHHGHGௐIRUௐUHJLVWUDWLRQௐ7KLVௐLVௐWRௐ SURWHFWௐWKHௐSULFHௐLQIRUPDWLRQௐIURPௐQRQPHPEHUVௐ2QFHௐDௐPHPEHUௐUHJLVWHUVௐWKH\ௐZLOOௐUHFHLYHௐDQௐ DXWRPDWHGௐZHOFRPHௐHPDLOௐZLWKௐDௐGHPRௐYLGHRௐRQௐKRZௐWRௐXVHௐRXUௐVLWHௐ0HPEHUVௐZLOOௐJDLQௐDFFHVVௐWRௐ WKHUHௐYHU\ௐRZQௐGDVKERDUGௐZKLFKௐZLOOௐKRXVHௐDOOௐWKHUHௐTXRWHVௐLQௐRQHௐVDIHௐVHFXUHௐORJLQௐ0HPEHU¶VௐFDQௐ VHOHFWௐZKLFKௐEUDQGௐWKH\ௐDUHௐORRNLQJௐIRUௐDQGௐPRGHOௐ\HDUௐ2XUௐVLWHௐVKRZVௐDOOௐWKHௐFDWHJRULHVௐWKHௐEUDQGௐ RIIHUVௐVXFKௐDVௐ&DUVௐ9DQVௐ689¶Vௐ7UXFNVௐDQGௐ&KDVVLVௐ&DEVௐ0HPEHUVௐZLOOௐWKHQௐEHௐDEOHௐWRௐGULOOௐGRZQௐ IRUௐWKHௐULJKWௐVHOHFWLRQௐE\ௐSLFNLQJௐIURPௐWKHௐILOWHUௐPHQXௐRIௐZKDWௐFDEௐWKHUHௐORRNLQJௐIRUௐ 5HJXODUௐ([WHQGHGௐ RUௐ&UHZ ௐWRௐௐZKHHOௐRUௐௐZKHHOௐGULYHௐGRZQௐWRௐWKHௐEHGௐOHQJWKௐWKHUHௐORRNLQJௐIRUௐௐ$OOௐIDFWRU\ௐRSWLRQVௐDUHௐ WKHQௐSUHVHQWHGௐIRUௐWKHௐPHPEHUௐWRௐVHOHFWௐIURPௐWKLVௐZLOOௐVKRZௐDOOௐFXUUHQWௐIDFWRU\ௐRUGHUDEOHௐRSWLRQVௐWDNLQJௐ WKHௐJXHVVௐZRUNௐRXWௐIRUௐWKHௐPHPEHUௐ2QFHௐDௐPHPEHUௐVHOHFWVௐDௐGHVLUHௐEXLOGௐWKH\ௐZLOOௐVHHௐWKHUHௐ 6RXUFHZHOOௐ3ULFHௐUHSRUWௐVKRZLQJௐWKHௐ0653ௐWKHUHௐFRQWUDFWௐSULFHௐWKHௐVDYLQJௐLQௐUHDOௐGROODUVௐDQGௐDVௐDௐ SHUFHQWDJHௐ,QௐWKHௐ3')ௐH[DPSOHௐ\RXௐFDQௐVHHௐDௐVDYLQJௐRIௐௐௐRIௐௐWRௐWKHௐPHPEHUௐ VKRZLQJௐDௐVLJQLILFDQWௐVDYLQJVௐ0HPEHUVௐWKHQௐFDQௐFKRVHௐWRௐDGGௐH[WUD¶VௐWRௐWKHUHௐRUGHUௐOLNHௐH[WUDௐNH\V¶ௐ VHUYLFHௐPDQXDOVௐVDOHVௐWD[ௐDQGௐHYHQௐUHTXHVWௐDQௐXSILWௐWRௐEHௐDGGHGௐWRௐWKHUHௐTXRWHௐ/DVWO\ௐWKH\ௐZLOOௐEHௐ JLYHQௐDௐFRPSOHWHௐWXUQௐNH\ௐTXRWHௐSDFNDJHௐWRௐSULQWௐZKLFKௐZLOOௐLQFOXGHௐWKHUHௐFXVWRPL]HGௐ4XRWHௐ,'ௐ 'HVFULSWLRQௐDQGௐ6SHFLILFDWLRQVௐRIௐZKDWௐWKH\ௐEXLOWௐௐௐ +RZௐ0HPEHUVௐDQGௐ8SILWWHUVௐFDQௐ3DUWQHUௐZLWKௐ1$)*ௐ2XUௐGHGLFDWHGௐZHEVLWHௐZZZ1$)*3DUWQHUFRPௐZDVௐ EXLOWௐWRௐDFFRPPRGDWHௐWKHௐPHPEHUௐZKRௐZRXOGௐOLNHௐDௐFHUWDLQௐXSILWWHUௐWRௐXSILWௐWKHUHௐYHKLFOHVௐ,WௐZDVௐDOVRௐ EXLOWௐIRUௐXSILWWHUVௐWRௐKDYHௐDௐSODFHௐWRௐJRௐZKHUHௐWKH\ௐFDQௐILQGௐLQIRUPDWLRQௐRQௐKRZௐWRௐSDUWQHUௐZLWKௐ1$)*ௐ WRௐEHWWHUௐVHUYHௐWKHUHௐORFDOௐPHPEHUVௐ ([DPSOHௐRIௐ$ௐ0HPEHUௐZLWKௐ8SILWௐ4XRWHௐ7KLVௐLVௐDQௐH[DPSOHௐRIௐKRZௐZHௐXVHௐRXUௐ&DEௐ&KDVVLVௐDQGௐ FRPELQHௐWKHPௐZLWKௐDQௐXSILWௐWRௐSURYLGHௐDௐWXUQNH\ௐVROXWLRQௐIRUௐWKHௐPHPEHUௐLQௐDௐVLPSOHௐWRௐIROORZௐIRUPDWௐ (7$ௐ6\VWHPௐIRUௐ0HPEHUVௐ:DONௐ7KURXJKௐ7KLVௐLVௐZKHUHௐPHPEHUVௐFDQௐHDVLO\ௐFRPHௐWRௐRXUௐZHEVLWHௐWKHௐ VDPHௐZHEVLWHௐWKH\ௐEXLOWௐWKHUHௐFKDVVLVௐRQௐDQGௐWUDFNௐWKHUHௐRUGHUௐOLNHௐWKH\ௐZRXOGௐDௐ836ௐSDFNDJHௐ:Hௐ KDYHௐDௐYHU\ௐVLPSOHௐGLVSOD\ௐRQௐRXUௐKRPHSDJHௐ³7UDFNௐ\RXUௐRUGHU´ௐZKHUHௐPHPEHUVௐFDQௐHQWHUௐRQHௐRIௐWKHௐ IROORZLQJௐ3XUFKDVHௐ2UGHUௐ1XPEHUௐ4XRWHௐ,'ௐ8SILWௐ4XRWHௐ,'ௐRUௐYLQௐWRௐHDVLO\ௐVHHௐWKHUHௐLQௐWKHௐSURFHVVௐ WKHUHௐSDUWLFXODUௐRUGHUௐLVௐLQௐ &RXUWHV\ௐ&RQILUPDWLRQௐ([SODLQHGௐ$IWHUௐ1$)*ௐUHFHLYHVௐDQௐRUGHUௐIURPௐDௐ0HPEHUௐZHௐDOZD\VௐOLNHௐWRௐ VHQGௐWKHPௐDௐ&RXUWHV\ௐ&RQILUPDWLRQௐ7KLVௐLVௐZHUHௐWKHௐPHPEHUௐZLOOௐGRXEOHௐFKHFNௐVRPHௐSDUWLFXODUVௐRQௐ WKHUHௐRUGHUௐOLNHௐ&RORUௐ4XDQWLW\ௐ8SILWௐDQGௐ6SHFLILFDWLRQ¶VௐDUHௐDOOௐFRUUHFWௐEHIRUHௐRUGHUௐSODFHPHQWௐௐ:Hௐ DOVRௐOLNHௐWRௐDVNௐIRUௐWLWOHௐLQIRUPDWLRQௐDWௐWKLVௐSRLQWௐVRௐZHௐFDQௐKHOSௐSURFHVVௐWKHௐSDSHUZRUNௐDWௐGHOLYHU\ௐ SURPSWO\ ௐௐ)DFWRU\ௐ2UGHUௐ&XWௐ2IIௐ1RWLFHVௐ+HUHௐLVௐZHUHௐZHௐOLNHௐWRௐKLJKOLJKWௐZHUHௐPHPEHUVௐFDQௐDFFHVVௐDQ\ௐ XSFRPLQJௐIDFWRU\ௐRUGHUௐFXWௐRIIௐGDWHVௐ:HௐZDONௐWKHPௐWKURXJKௐWKHௐSURFHVVௐVWHSௐE\ௐVWHSௐWRௐHQVXUHௐ HYHU\RQHௐNQRZVௐWKHௐXSFRPLQJௐRUGHUௐFXWௐRIIௐGDWHௐZHௐHYHQௐSULQWௐWKLVௐLQIRUPDWLRQௐ LIௐNQRZQௐDWௐWKHௐWLPH ௐ ULJKWௐRQௐWKHௐFRYHUௐSDJHௐRIௐWKHUHௐTXRWHVௐ 9DOLGDWLRQௐ:DONௐ7KURXJKௐ([DPSOHௐ7RௐGHPRQVWUDWHௐDௐSULFHௐYDOLGDWLRQௐZHௐVKRZௐZKDWௐDௐPHPEHUௐZRXOGௐ VHHௐZKHQௐWKH\ௐEXLOGௐDௐWUXFNௐRQௐRXUௐVLWHௐ$WௐFKHFNௐRXWௐWKHௐPHPEHUௐZRXOGௐVHHௐWKHௐ7RWDOௐ&RQILJXUHGௐ 0653ௐRIௐௐௐ$ௐ6RXUFHZHOOௐ3ULFHௐRIௐௐௐ7RWDOௐ6DYLQJௐRIௐௐௐRUௐௐIRUௐ Dௐௐ)ௐIROORZHGௐE\ௐWKHௐSULFLQJௐSDJHௐZKLFKௐVKRZVௐWKHௐ0LQLPXPௐ'LVFRXQWௐRIௐDWௐOHDVWௐௐ$Vௐ \RXௐVHHௐZHௐSURYLGHGௐDQௐDGGLWLRQDOௐௐGLVFRXQWௐRQௐWRSௐRIௐWKHௐௐFRQWUDFWௐGLVFRXQWௐ7KLVௐZRXOGௐEHௐ WKHௐFDVHௐLQௐPRVWௐLQVWDQFHV   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐWKHௐ8QLWHGௐ6WDWHV 2XUௐZLOOLQJQHVVௐDQGௐDELOLW\ௐWRௐVHUYLFHௐPHPEHUVௐQDWLRQZLGHௐLVௐXQSDUDOOHOHGௐ:HௐKDYHௐGHGLFDWHGௐVWDIIௐௐ GD\VௐDௐZHHNௐIURPௐDPௐWRௐSPௐVWDQGLQJௐE\ௐUHDG\ௐWRௐDVVLVWௐDQ\ௐPHPEHUௐKHOSௐILQGௐWKHௐEHVWௐVROXWLRQௐIRUௐ WKHUHௐQHHGVௐHYHQௐLIௐKHOSLQJௐDVVLVWௐWKHPௐWRௐWKHௐEHVWௐ6RXUFHZHOOௐ&RQWUDFWௐWKDWௐFRXOGௐEHௐDௐVROXWLRQௐ:Hௐ KDYHௐDௐGHGLFDWHGௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐRQOLQHௐTXRWHௐJHQHUDWLQJௐZHEVLWHௐLQௐFDVHௐDQ\ௐPHPEHUௐKDVௐ DQ\ௐWURXEOHௐDWௐDOOௐLQௐEXLOGLQJௐWKHUHௐTXRWHVௐ1$)*ௐKDVௐHVWDEOLVKHGௐDௐFKDLQௐRIௐVXSSOLHUVௐZKRௐDUHௐDWௐWKHௐ UHDG\ௐWRௐVHUYHௐLIௐFDOOHGௐXSRQௐE\ௐDQ\ௐPHPEHUௐ:HௐDUHௐKHUHௐWRௐKHOS   'HVFULEHௐ\RXUௐDELOLW\ௐDQGௐZLOOLQJQHVVௐWRௐSURYLGHௐ\RXUௐ SURGXFWVௐDQGௐVHUYLFHVௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐ&DQDGD :HௐDUHௐZLOOLQJௐDQGௐHDJHUௐWRௐVRRQௐH[WHQGௐRXUௐEXVLQHVVௐPRGHOௐDQGௐQHWZRUNௐLQWRௐ&DQDGDௐ:HௐEHOLHYHௐ SDUWQHULQJௐZLWKௐORFDOௐ&DQDGLDQௐEDVHGௐGHDOHUௐJURXSVௐLVௐNH\ௐWRௐVXFFHVVௐLQௐWKHௐ&DQDGLDQௐPDUNHWௐ1$)*¶Vௐ FRPSHWLWLYHௐSULFLQJௐDVௐZHOOௐDVௐDௐVLPSOHௐ86ௐ'ROODUௐWRௐ&DQDGLDQௐFRQYHUVDWLRQௐZLOOௐKHOSௐ1$)*ௐH[SDQGௐ LQWRௐWKHௐ&DQDGLDQௐPDUNHWௐIRUௐSDUWLFLSDWLQJௐ6RXUFHZHOOௐPHPEHUV   ,GHQWLI\ௐDQ\ௐJHRJUDSKLFௐDUHDVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐ RUௐ&DQDGDௐWKDWௐ\RXௐZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐ WKHௐSURSRVHGௐFRQWUDFW 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐKDQGOHௐVHUYLFLQJௐௐRIௐDOOௐJHRJUDSKLFௐDUHDVௐORFDWHGௐLQௐWKHௐ8QLWHGௐ 6WDWHVௐௐ$OWKRXJKௐLWௐLVௐXQFOHDUௐZKDWௐXQVHHQௐREVWDFOHVௐZHௐPD\ௐIDFHௐLQௐ&DQDGDௐ1$)*ௐLVௐFRPPLWWHGௐWRௐ EXLOGLQJௐWKHௐVDPHௐPRGHOௐWRௐVHUYLFHௐ&DQDGDௐDQGௐSURYLGLQJௐWKHௐVDPHௐOHYHOௐRIௐFXVWRPHUௐVDWLVIDFWLRQௐ VHUYLFHௐDQGௐFDUHௐDVௐLQௐWKHௐ8QLWHGௐ6WDWHV  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        709  ,GHQWLI\ௐDQ\ௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLW\ௐVHFWRUVௐ LHௐJRYHUQPHQWௐHGXFDWLRQௐQRWIRUSURILW ௐWKDWௐ\RXௐ ZLOOௐ127ௐEHௐIXOO\ௐVHUYLQJௐWKURXJKௐWKHௐSURSRVHGௐ FRQWUDFWௐ([SODLQௐLQௐGHWDLOௐ)RUௐH[DPSOHௐGRHVௐ\RXUௐ FRPSDQ\ௐKDYHௐRQO\ௐDௐUHJLRQDOௐSUHVHQFHௐRUௐGRௐRWKHUௐ FRRSHUDWLYHௐSXUFKDVLQJௐFRQWUDFWVௐOLPLWௐ\RXUௐDELOLW\ௐWRௐ SURPRWHௐDQRWKHUௐFRQWUDFW" 1$)*ௐZLOOௐFRQWLQXHௐWRௐVHUYLFHௐDOOௐ6RXUFHZHOOௐ0HPEHUVௐWKURXJKௐRXUௐௐKRXUௐDௐGD\ௐௐGD\VௐDௐZHHNௐ RQOLQHௐSRUWDOௐZLWKௐWKHௐH[FOXVLRQௐRIௐ1RQ3URILWVௐ8QIRUWXQDWHO\ௐ1RQ3URILWVௐDUHௐRIWHQௐQRWௐHOLJLEOHௐIRUௐWKHௐ VDPHௐGLVFRXQW¶VௐJRYHUQPHQWௐHQWLWLHVௐDUHௐTXDOLILHGௐIRUௐ+RZHYHUௐ1RQ3URILWVௐDUHௐVXEMHFWௐWRௐDௐGLIIHUHQWௐ SULFLQJௐSURJUDPௐDQGௐZLOOௐEHௐHYDOXDWHGௐRQௐDௐFDVHௐWRௐFDVHௐEDVLV  'HILQHௐDQ\ௐVSHFLILFௐFRQWUDFWௐUHTXLUHPHQWVௐRUௐ UHVWULFWLRQVௐWKDWௐZRXOGௐDSSO\ௐWRௐRXUௐSDUWLFLSDWLQJௐ HQWLWLHVௐLQௐ+DZDLLௐDQGௐ$ODVNDௐDQGௐLQௐ86ௐ7HUULWRULHV 7KHௐRQO\ௐSRVVLEOHௐORJLVWLFDOௐFRQVWUDLQWVௐZHௐPD\ௐIDFHௐLVௐWKHௐVKLSSLQJௐFRQVWUDLQWVௐIRUௐVKLSPHQWVௐDUULYLQJௐLQௐ $ODVNDௐ+DZDLLௐDQGௐ86ௐ7HUULWRULHVௐ)RUௐH[DPSOHௐZHௐRIWHQௐSURYLGHௐPHPEHUVௐLQௐ$ODVNDௐRUௐ+DZDLLௐZLWKௐ YHKLFOHVௐWKDWௐRIWHQௐKDYHௐXSILWVௐ7RௐFLUFXPYHQWௐWKLVௐSRWHQWLDOௐLVVXHௐPHPEHUVௐDOORZௐXVௐWRௐDGGௐWKHVHௐH[WUDௐ VKLSSLQJௐDQGௐSRUWௐFRVWVௐWRௐWKHLUௐTXRWHV  7DEOH0DUNHWLQJ3ODQ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐPDUNHWLQJௐVWUDWHJ\ௐIRUௐSURPRWLQJௐ WKLVௐFRQWUDFWௐRSSRUWXQLW\ௐௐ8SORDGௐ UHSUHVHQWDWLYHௐVDPSOHVௐRIௐ\RXUௐPDUNHWLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐ XSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐHQFRPSDVVHVௐDௐYDULHW\ௐRIௐPDUNHWLQJௐVWUDWHJLHVௐWRௐSURPRWHௐRXUௐSURGXFWVௐDQGௐ VHUYLFHVௐWRௐVWUHDPOLQHௐWKHௐYHKLFOHௐSXUFKDVLQJௐSURFHVVௐIRUௐJRYHUQPHQWௐHQWLWLHVௐௐௐ%HORZௐDUHௐDௐIHZௐVWUDWHJLHVௐ XVHGௐWRௐVHUYHௐDVௐWKHௐJDWHZD\ௐEHWZHHQௐRXUௐEXVLQHVVௐDQGௐSXEOLFௐDJHQFLHVௐௐ :HEVLWHௐDQGௐ,QERXQGௐ0DUNHWLQJௐௐ7KHௐFUHDWLRQௐRIௐDௐSURIHVVLRQDOௐFXVWRPHUIRFXVHGௐZHEVLWHௐLVௐRQHௐRIௐRXUௐPDLQௐ IHDWXUHVௐWRௐPDUNHWௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KHௐ1$)*ௐZHEVLWHௐHQFRXUDJHVௐRXUௐPHPEHUVௐWRௐLQWHUDFWௐDQGௐ EURZVHௐWKURXJKௐSURGXFWVௐRIIHUHGௐDORQJௐZLWKௐSULFLQJௐDQGௐLQIRUPDWLRQௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ,QERXQGௐ PDUNHWLQJௐLVௐFUHDWHGௐZKHQௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐWKHௐFRPSDQ\ௐZHEVLWHௐௐ:LWKௐWKLVௐPHWKRGௐZHௐ DUHௐDEOHௐWRௐQRWௐRQO\ௐFRQQHFWௐZLWKௐPHPEHUVௐEXWௐWRௐSXWௐWKHௐSXUFKDVLQJௐDELOLW\ௐLQWRௐWKHௐKDQGVௐRIௐHDFKௐPHPEHUௐௐ 2XUௐLQERXQGௐPDUNHWLQJௐVWUDWHJ\ௐDWWUDFWVௐPHPEHUVௐE\ௐFUHDWLQJௐYDOXDEOHௐFRQWHQWௐDQGௐH[SHULHQFHVௐWDLORUHGௐWRௐWKHௐ QHHGVௐRIௐHDFKௐLQGLYLGXDOௐ([DPSOHVௐLQFOXGHௐHPDLOௐFDPSDLJQௐIO\HUVௐRQௐRXUௐSURGXFWVௐLQIRUPDWLYHௐDQGௐKRZWRௐ YLGHRVௐVRFLDOௐPHGLDௐDQGௐHQJDJLQJௐPHPEHUVௐZLWKௐWRSQRWFKHGௐFXVWRPHUௐVHUYLFHௐWRௐEXLOGௐEUDQGௐDZDUHQHVVௐ (PDLOௐ0DUNHWLQJௐ2QHௐRIௐWKHௐPDLQௐVWUDWHJLHVௐXVHGௐWRௐHQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐLVௐ(PDLOௐ 0DUNHWLQJௐ2XUௐHPDLOVௐLQFOXGHௐGLIIHUHQWௐW\SHVௐRIௐIO\HUVௐWKDWௐFRQVLVWௐRIௐLQIRUPDWLRQௐRIௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ SURPRWLQJௐPDQXIDFWXUHUௐEUDQGVௐKROLGD\ௐWKHPHGௐIO\HUVௐGLVFRXQWVௐRIIHUHGௐWRௐILUVWௐWLPHௐEX\HUVௐLPSRUWDQWௐFXWRIIௐ GDWHௐUHPLQGHUVௐDQGௐXSFRPLQJௐSURGXFWVௐDQGௐHYHQWVௐௐ 7KHௐXVHௐRIௐPDUNHWLQJௐFDPSDLJQVௐSOD\VௐDௐPDMRUௐUROHௐLQௐHQKDQFLQJௐWKHௐJURZWKௐRIௐRXUௐFOLHQWௐGDWDEDVHௐௐ(PDLOVௐ DUHௐDௐELJௐSDUWௐRIௐRXUௐGDLO\ௐOLYHVௐGXHௐWRௐJRYHUQPHQWௐDJHQF\ௐHPSOR\HHVௐXWLOL]LQJௐHPDLOVௐDVௐWKHLUௐPDLQௐVRXUFHௐRIௐ FRPPXQLFDWLRQௐௐ:HௐXVHௐFDPSDLJQHUFRPௐDVௐWKHௐHPDLOLQJௐSODWIRUPௐWRௐUHDFKௐRXUௐWDUJHWௐPHPEHUVௐௐ9LGHRVௐDQGௐ GHVFULSWLYHௐLPDJHVௐDUHௐXVHGௐRQௐDOOௐIO\HUVௐDQGௐDUHௐFRPSDWLEOHௐZLWKௐDௐGHVNWRSௐRUௐPRELOHௐGHYLFHௐௐ0HVVDJHVௐ DUHௐVKRUWௐDQGௐWRௐWKHௐSRLQWௐZLWKௐOLQNVௐOHDGLQJௐWRௐWKHௐ6RXUFHZHOOௐDQGௐ1$)*ௐKRPHSDJHௐௐ7KHௐ&DPSDLJQHUௐHPDLOௐ V\VWHPௐDOORZVௐWKHௐDELOLW\ௐWRௐWUDFNௐHPDLOௐDFWLYLW\ௐEDVHGௐRQௐRSHQௐUDWHௐXQVXEVFULEHVௐDQGௐOLQNௐFOLFNVௐZKLFKௐLVௐ EHQHILFLDOௐWRௐXQGHUVWDQGLQJௐHPDLOௐHIIHFWLYHQHVVௐௐ 2QFHௐSRWHQWLDOௐPHPEHUVௐDUHௐGLUHFWHGௐWRௐRXUௐZHEVLWHௐWKH\ௐDUHௐZHOFRPHGௐZLWKௐDௐZLGHௐUDQJHௐRIௐRSWLRQVௐWRௐ H[SORUHௐDQௐDUUD\ௐRIௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐ7KH\ௐDUHௐDEOHௐWRௐUHJLVWHUௐWRௐEHFRPHௐDௐPHPEHUௐYLHZௐSULFLQJௐ H[SORUHௐDYDLODEOHௐLQVWRFNௐYHKLFOHVௐYLHZௐKRZWRYLGHRVௐEXLOGௐDௐYHKLFOHௐRQOLQHௐWRௐUHTXHVWௐDQௐLPPHGLDWHௐTXRWHௐ RUௐXVHௐRXUௐOLYHௐFKDWௐDVVLVWDQWௐRUௐFDOOHPDLOௐIRUௐOLYHௐVXSSRUWௐௐ )DFHௐWRௐ)DFHௐ0DUNHWLQJௐ6WUDWHJLHVௐௐ7KLVௐVWUDWHJ\ௐKDVௐSURYHQௐWRௐEHௐVXFFHVVIXOௐLQௐJHQHUDWLQJௐOHDGVௐDQGௐ FUHDWLQJௐODVWLQJௐUHODWLRQVKLSVௐE\ௐGHYHORSLQJௐJHQXLQHௐFRQQHFWLRQVௐZLWKௐSURVSHFWLYHௐPHPEHUVௐௐ1DWLRQDOௐ$XWRௐ )OHHWௐ*URXSௐDWWHQGVௐVHYHUDOௐWUDGHVௐVKRZVௐSHUௐ\HDUௐWRௐHQJDJHௐPHPEHUVௐDQGௐSXWௐDௐIDFHௐWRௐWKHௐFRPSDQ\ௐ7KLVௐ LQௐSHUVRQௐPHHWLQJௐDLGVௐWRௐEXLOGௐWKHௐEUDQGௐE\ௐQXUWXULQJௐUHODWLRQVKLSVௐEHWZHHQௐPHPEHUVௐDQGௐRWKHUௐYHQGRUVௐ DVVRFLDWHGௐWKURXJKௐWKHௐSURFHVVௐௐௐ7UDGHௐVKRZVௐDWWHQGHGௐLQFOXGHௐ*);ௐ,$332ௐ1,*3ௐ$&7ௐ&$332ௐDQGௐ &$6%2ௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐௐ 1$)*ௐKDVௐPDQ\ௐRSSRUWXQLWLHVௐWRௐPDNHௐLQௐSHUVRQௐSUHVHQWDWLRQVௐWRௐSURSRVHௐSURGXFWVௐVHUYLFHVௐRIIHUHGௐDQGௐWRௐ DQVZHUௐDQ\ௐTXHVWLRQVௐSRWHQWLDOௐPHPEHUVௐPD\ௐKDYHௐௐ7KHVHௐ3RZHU3RLQWௐ3UHVHQWDWLRQVௐLQFOXGHௐWRSLFVௐRQௐ 1$)*6RXUFHZHOOௐSURFHVVௐKRZௐWRௐIDFLOLWDWHௐWKHௐYHKLFOHௐSXUFKDVLQJௐZLWKRXWௐELGGLQJௐLQIRUPDWLRQDOௐYLGHRVௐDQGௐ WKHௐEUDQGVௐDQGௐVHUYLFHVௐZHௐSURYLGHௐ7KHVHௐPHHWLQJVௐKDYHௐEHHQௐKHOGௐDWௐORFDOௐFLWLHVௐFRXQWLHVௐVFKRROௐGLVWULFWVௐ ZDWHUௐGLVWULFWVௐDQGௐSRUWV 5HODWLRQVKLSௐ0DUNHWLQJௐLVௐDௐYLWDOௐVWUDWHJ\ௐXVHGௐLQௐEXLOGLQJௐDQGௐPDLQWDLQLQJௐORQJWHUPௐUHODWLRQVKLSVௐSUDFWLFHGௐE\ௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐRQௐDௐGDLO\ௐEDVLVௐௐ 1$)*ௐVWULYHVௐWRௐFUHDWHௐDௐSRVLWLYHௐDQGௐVXSSRUWLYHௐFRQQHFWLRQௐZLWKௐPHPEHUVௐE\ௐSURYLGLQJௐSHUVRQDOL]HGௐDQGௐ UHVSRQVLYHௐFXVWRPHUௐVHUYLFHௐSUDFWLFHVௐௐ7KHௐVDOHVௐWHDPௐKDVௐZRUNHGௐWLUHOHVVO\ௐWRௐIRFXVௐRQௐSURYLGLQJௐ RXWVWDQGLQJௐFXVWRPHUௐVXSSRUWௐWRௐFUHDWHௐDௐSRZHUIXOௐUDSSRUWௐZLWKௐH[LVWLQJௐDQGௐQHZௐPHPEHUVௐௐ%\ௐJRLQJௐDERYHௐ DQGௐEH\RQGௐWKH\ௐKDYHௐHQKDQFHGௐH[LVWLQJௐUHODWLRQVKLSVௐDQGௐH[HFXWHGௐFXVWRPHUௐOR\DOW\ௐZLWKௐUHSHDWௐEXVLQHVVHVௐௐ 7KH\ௐVWULYHௐWRௐGHYLDWHௐIURPௐWKHௐ³&DUௐ6DOHVSHUVRQ´ௐPHQWDOLW\ௐZKLFKௐLVௐௐVDOHVௐGULYHQௐWRௐDௐPRUHௐSURGXFWௐ DQGௐFXVWRPHUௐVHUYLFHௐDSSURDFKௐE\ௐLQVWLOOLQJௐDௐVHQVHௐRIௐFRQILGHQFHௐLQௐRXUௐFOLHQWVௐௐ7KHௐJRDOௐLVௐWRௐUHJXODUO\ௐ DVVLVWௐFOLHQWVௐDQGௐDGGUHVVௐDQ\ௐQHHGVௐDQGௐFRQFHUQVௐHYHQௐDIWHUௐWKHௐSXUFKDVHௐKDVௐRFFXUUHGௐௐ7KHௐVWULYHௐWRௐ IRFXVௐRQௐVROXWLRQௐVHOOLQJௐYVௐSURGXFWௐVHOOLQJௐGHYHORSVௐLQWRௐDௐPXWXDOO\ௐEHQHILFLDOௐDJUHHPHQWௐIRUௐPHPEHUVௐDQGௐ WKHௐEXVLQHVVௐௐ %HORZௐDUHௐDௐIHZௐH[DPSOHVௐRQௐVXFFHVVIXOௐUHODWLRQVKLSௐPDUNHWLQJௐIURPௐRXUௐ)OHHWௐ'HSDUWPHQWௐ :HௐKDGௐDௐPHPEHUௐFDOOௐLQௐWRௐUHTXHVWௐILQDQFLQJOHDVHௐRSWLRQVௐIRUௐDௐWUXFNௐQHHGHGௐWKURXJKௐRXUௐ1DWLRQDOௐ$XWRௐ )OHHWௐ*URXS6RXUFHZHOOௐYHKLFOHௐFRQWUDFWௐௐ,ௐFRQWDFWHGௐDQRWKHUௐ6RXUFHZHOOௐYHQGRUௐ0DWWௐ*HLVHOKDUWௐIURPௐ1&/ௐ *RYௐ&DSLWDOௐDQGௐKHௐZDVௐKDSS\ௐWRௐDVVLVWௐZLWKௐDௐILQDQFLQJௐTXRWHௐௐ7KHௐPHPEHUௐDOVRௐUHTXHVWHGௐWRௐWUDGHௐLQௐDௐ FXUUHQWௐYHKLFOHௐLQௐWKHLUௐIOHHWௐDQGௐZDVௐGLUHFWHGௐWRௐ*RYGHDOVௐIRUௐDVVLVWDQFHௐLQௐUHPRYLQJௐWKHௐRXWGDWHGௐXQLWௐ WKURXJKௐDQௐDXFWLRQௐௐௐ7KHௐPHPEHUௐZDVௐDEOHௐWRௐXWLOL]HௐWKUHHௐ6RXUFHZHOOௐFRQWUDFWVௐWRௐFRPSOHWHௐKLVௐWUDQVDFWLRQௐ ZKLFKௐVLPSOLILHGௐWKHௐHQWLUHௐSURFHVVௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐVDWLVILHGௐZLWKௐWKHௐDPRXQWௐRIௐFDUHௐDQGௐHDVHௐ WKURXJKௐKLVௐH[SHULHQFHௐDQGௐEHFDPHௐDௐUHSHDWௐFXVWRPHUௐௐௐ%\ௐXWLOL]LQJௐDௐFURVVVHOOLQJௐVWUDWHJ\ௐ1DWLRQDOௐ$XWRௐ )OHHWௐ*URXSௐEHFDPHௐKLVௐRQHௐVWRSௐVKRSௐWRௐIXOILOOௐDOOௐIOHHWௐYHKLFOHௐSXUFKDVLQJௐQHHGVௐ ³,ௐKDGௐDௐPHPEHUௐFDOOௐLQௐGHVSHUDWHௐWRௐREWDLQௐDௐQHZௐWUXFNௐEHFDXVHௐDQௐHPSOR\HHௐKDGௐJRWWHQௐLQWRௐDௐVHULRXVௐ DFFLGHQWௐDQGௐKDGௐWKHௐWUXFNௐWRWDOHGௐௐௐௐ'XHௐWRௐFRYLGௐUHVWULFWLRQVௐPRVWௐPDQXIDFWXUHUVௐDUHௐFXUUHQWO\ௐH[SHULHQFLQJௐ PLFURFKLSௐVKRUWDJHVௐZKLFKௐUHOD\VௐWRௐSURGXFWLRQௐGHOD\VௐDWௐWKHௐIDFWRU\ௐௐ:HௐZHUHௐDEOHௐWRௐGLUHFWௐEX\HUௐWRௐRXUௐLQ VWRFNௐLQYHQWRU\ௐRQௐWKHௐ1$)*ௐZHEVLWHௐDQGௐPHPEHUௐZDVௐHFVWDWLFௐWRௐORFDWHௐWUXFNௐWRௐPHHWௐWKHLUௐQHHGVௐௐௐ,QVWHDGௐ RIௐKDYLQJௐWRௐZDLWௐௐZHHNVௐWRௐUHFHLYHௐWKHௐQHZௐYHKLFOHௐPHPEHUௐZDVௐDEOHௐWRௐREWDLQௐWKHௐQHZௐWUXFNௐZLWKLQௐௐ ZHHNV´  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        710 ³,ௐRQFHௐKDGௐDௐPHPEHUௐFRQWDFWௐXVௐWZRௐ\HDUVௐDIWHUௐSXUFKDVLQJௐDௐYHKLFOHௐIURPௐXVௐௐௐ7KH\ௐKDGௐDௐPDOIXQFWLRQௐ ZLWKௐWKHௐOLIWJDWHௐRQௐWKHௐER[ௐWUXFNௐZKLFKௐFDXVHGௐDௐORJLVWLFDOௐQLJKWPDUHௐௐ,ௐZDVௐDEOHௐWRௐFRQWDFWௐRQHௐRIௐRXUௐERG\ௐ YHQGRUVௐWKDWௐXSILWWHGௐWKHௐOLIWௐJDWHௐLQVWDOODWLRQௐDQGௐDௐVHUYLFHௐWHFKQLFLDQௐZDVௐDEOHௐWRௐJRௐRQVLWHௐWRௐUHVROYHௐWKHௐ OLIWJDWHௐLVVXHௐDWௐQRௐDGGLWLRQDOௐFRVWௐௐ7KHௐPHPEHUௐZDVௐYHU\ௐLPSUHVVHGௐZLWKௐWKHௐTXDOLW\ௐRIௐRXUௐFXVWRPHUௐVHUYLFHௐ HYHQௐDIWHUௐSXUFKDVHௐ³ ³,ௐKDGௐDௐPHPEHUௐUHTXHVWௐDௐôௐWRQௐWUXFNௐSULFLQJௐEXWௐZDVௐXQVXUHௐDERXWௐWKHLUௐEXGJHWௐDWௐWKHௐWLPHௐௐௐ,ௐWRRNௐWKHௐ WLPHௐWRௐJRௐWKURXJKௐHDFKௐRSWLRQௐZLWKௐWKHௐFOLHQWௐWRௐSURYLGHௐDௐ6RXUFHZHOOௐSULFLQJௐTXRWHௐWKURXJKௐPXOWLSOHௐ PDQXIDFWXUHUVௐIURPௐ5DPௐ&KHYUROHWௐDQGௐ)RUGௐௐ7KLVௐHPSRZHUHGௐWKHௐPHPEHUௐWRௐKDYHௐPXOWLSOHௐSULFLQJௐRSWLRQVௐ IRUௐUHYLHZௐWRௐDOLJQௐZLWKௐWKHLUௐEXGJHWௐDVௐZHOOௐDVௐHOLPLQDWLQJௐWKHௐQHHGௐWRௐVKRSௐDQ\ZKHUHௐHOVHௐ³ௐௐ ³:HௐZRUNௐZLWKௐPDQ\ௐERG\ௐFRPSDQLHVௐWRௐDVVLVWௐFXVWRPHUVௐZLWKௐWKHௐERG\ௐXSILWWLQJௐSURFHVVௐௐௐ2QHௐRIௐRXUௐ PHPEHUVௐFDOOHGௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐDௐSDUWLFXODUௐYHKLFOHௐWKDWௐZDVௐKHOGௐXSௐDWௐRQHௐRIௐWKHLUௐORFDOௐERG\ௐ XSILWWHUVௐௐௐ,ௐFRQWDFWHGௐWKHௐERG\ௐFRPSDQ\ௐUHSUHVHQWDWLYHௐDQGௐSXWௐLQௐDௐUHTXHVWௐWRௐH[SHGLWHௐWKHௐXSILWWLQJௐSHUௐ UHTXHVWௐRIௐWKHௐPHPEHUௐௐ7KHௐERG\ௐFRPSDQ\ௐZDVௐDEOHௐWRௐFRPSO\ௐZLWKௐWKHௐUHTXHVWௐDQGௐGHOLYHU\ௐZDVௐPDGHௐ VRRQHUௐWKDQௐH[SHFWHG´ :RUGRI0RXWKௐ0DUNHWLQJௐௐ7KHௐSRVLWLYHௐTXDOLW\ௐRIௐVHUYLFHௐKDVௐOHGௐWRௐPRUHௐVDOHVௐEDVHGௐRQௐSUHYLRXVௐ FXVWRPHUV¶ௐLPSUHVVLRQVௐRQௐWKHLUௐH[SHULHQFHௐௐ1$)*¶VௐJRDOௐLVௐWRௐSURYLGHௐH[HPSODU\ௐFXVWRPHUௐVHUYLFHௐ WKURXJKRXWௐWKHௐHQWLUHௐSXUFKDVLQJௐSURFHVVௐWRௐHQFRXUDJHௐUHSHDWௐEXVLQHVVௐDQGௐDGYRFDWHௐVHUYLFHVௐWRௐRWKHUௐ PHPEHUVௐௐ1$)*ௐKDVௐEHHQௐIRUWXQDWHௐWRௐH[SHULHQFHௐPXOWLSOHௐLQVWDQFHVௐRIௐOHDGVௐJHQHUDWHGௐEDVHGௐVROHO\ௐRQௐ ZRUGRIPRXWKௐPDUNHWLQJௐWKRXJKௐRXUௐH[LVWLQJௐFXVWRPHUVௐௐ &URVVSURPRWLRQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐFXUUHQWO\ௐFROODERUDWLQJௐZLWKௐDQRWKHUௐ6RXUFHZHOOௐ9HQGRUௐ1&/ௐ *RYHUQPHQWௐ&DSLWDOௐWRௐSURPRWHௐHDFKௐRWKHU¶VௐSURGXFWVௐDQGௐVHUYLFHVௐௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐVSHFLDOL]HVௐLQௐ SURYLGLQJௐFRPSHWLWLYHௐHTXLSPHQWௐILQDQFLQJௐSURJUDPVௐIRUௐPXQLFLSDOLWLHVௐDQGௐSXEOLFௐHGXFDWLRQௐHQWLWLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐௐ$VௐDௐWHDPௐ1&/ௐDQGௐ1$)*ௐSURGXFHGௐDௐYDULHW\ௐRIௐPDUNHWLQJௐPDWHULDOVௐVXFKௐDVௐYLGHRVௐIO\HUVௐ DQGௐLQIRௐJUDSKVௐWRௐSURPRWHௐSXUFKDVLQJௐDQGௐOHDVLQJௐRSSRUWXQLWLHVௐௐௐௐ +RJOXQGௐ%XVௐ&RPSDQ\ௐLVௐDQRWKHUௐFURVVSURPRWLRQௐYHQGRUௐ1$)*ௐKDGௐWKHௐRSSRUWXQLW\ௐWRௐFUHDWHௐDௐSDUWQHUVKLSௐ ZLWKௐௐௐ)O\HUVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐ&KDVVLVௐIURPௐ1$)*ௐDORQJௐZLWKௐDௐYDULHW\ௐRIௐEXVௐERGLHVௐIURPௐ+RJOXQGௐ %XVௐ&RPSDQ\ௐௐௐ :LWKௐFURVVSURPRWLRQௐFRPSDQLHVௐH[FKDQJHௐNQRZOHGJHௐDQGௐSURYLGHௐHQGRUVHPHQWVௐRQௐZHEVLWHVௐVRFLDOௐPHGLDௐ DQGௐHPDLOௐFDPSDLJQVௐௐ7KLVௐVWUDWHJ\ௐFUHDWHVௐDQௐLQIOX[ௐRIௐQHZௐOHDGVௐEUDQGௐDZDUHQHVVௐLQFUHDVHGௐVDOHVௐDQGௐ UHFXUUHQFHௐRIௐFXVWRPHUVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐFRQWLQXHௐWRௐFUHDWHௐQHZௐSDUWQHUVKLSVௐDQGௐIDFLOLWDWHௐ PRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐLQௐWKHௐQHDUௐIXWXUHௐWRௐSURYLGHௐWXUQNH\ௐVROXWLRQVௐIRUௐDௐYDULHW\ௐRIௐYHKLFOHௐ SXUFKDVLQJௐQHHGVௐ &RPLQJௐLQௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZLOOௐEHௐODXQFKLQJௐDௐ1$)*ௐ3DUWQHUௐ:HEVLWHௐWRௐIXUWKHUௐLQFUHDVHௐ EXVLQHVVௐJURZWKௐௐ7KHௐZHEVLWHௐZZZQDIJSDUWQHUFRPௐLVௐH[SHFWHGௐWRௐODXQFKௐQH[Wௐ\HDUௐLQௐௐௐ7KHௐVLWHௐ HQFRXUDJHVௐERG\ௐXSILWWLQJௐFRPSDQLHVௐWKURXJKRXWௐWKHௐ8QLWHGௐ6WDWHVௐWRௐSDUWQHUௐXSௐZLWKௐ1$)*ௐWRௐEHFRPHௐDௐ SUHIHUUHGௐPHPEHUௐௐ7KHௐEHQHILWVௐRIௐEHFRPLQJௐDௐSUHIHUUHGௐPHPEHUௐLQFOXGHௐHQGRUVHPHQWVௐRQௐZHEVLWHௐDQGௐ VRFLDOௐPHGLDௐDYHQXHVௐDORQJௐZLWKௐZRUGRIPRXWKௐUHIHUUDOௐIRUௐFOLHQWVௐZLWKௐXSILWWLQJௐQHHGVௐௐ2XUௐGHGLFDWHGௐSXEOLFௐ UHODWLRQVௐUHSUHVHQWDWLYHௐZLOOௐFRQGXFWௐSKRQHௐDQGௐLQௐSHUVRQௐPHHWLQJVௐWRௐGLVFXVVௐWKHௐDGYDQWDJHVௐRIௐSDUWQHULQJௐXSௐ ZLWKௐ1$)*ௐWKHUHIRUHௐJHQHUDWLQJௐPRUHௐFURVVSURPRWLRQௐRSSRUWXQLWLHVௐ 0HPEHUVௐIURPௐJRYHUQPHQWௐDJHQFLHVௐDUHௐHQFRXUDJHGௐWRௐJRௐRQௐWKHௐVLWHௐWRௐVHDUFKௐIRUௐORFDOௐERG\ௐXSILWWLQJௐ FRPSDQLHVௐWKH\ௐDUHௐLQWHUHVWHGௐLQௐZRUNLQJௐZLWKௐௐௐ$VௐDௐSUHUHTXLVLWHௐLQௐEHFRPLQJௐDௐSUHIHUUHGௐYHQGRUௐWKH\ௐDUHௐ UHTXLUHGௐWRௐDGYHUWLVHௐ1$)*ௐDQGௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐRQௐWKHLUௐEXVLQHVVௐZHEVLWHௐDQGௐUHIHUௐWKHLUௐFOLHQWVௐWRௐ SXUFKDVHௐWKHLUௐFDEFKDVVLVௐQHHGVௐWKURXJKௐ1$)*ௐௐ7KLVௐHVWDEOLVKHVௐDௐSDUWQHUVKLSௐWKDWௐZLOOௐJHQHUDWHௐLQFUHDVHGௐ VDOHVௐDOOௐDURXQGௐௐ:HௐDUHௐVWLOOௐFXUUHQWO\ௐEXLOGLQJௐWKHௐZHEVLWHௐDQGௐLQWHUDFWLQJௐZLWKௐERG\ௐFRPSDQLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐWKDWௐZRXOGௐEHௐLQWHUHVWHGௐLQௐSDUWQHULQJௐXSௐZLWKௐ1$)* Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        711  'HVFULEHௐ\RXUௐXVHௐRIௐWHFKQRORJ\ௐDQGௐGLJLWDOௐ GDWDௐ HJௐVRFLDOௐPHGLDௐPHWDGDWDௐXVDJH ௐWRௐ HQKDQFHௐPDUNHWLQJௐHIIHFWLYHQHVV 6RFLDOௐPHGLDௐSOD\VௐDௐFUXFLDOௐHOHPHQWௐLQௐWKHௐZD\ௐSHRSOHௐFRPPXQLFDWHௐDQGௐFRQQHFWௐZLWKௐHDFKௐRWKHUௐௐௐௐ /LQNHG,QௐLVௐWKHௐJRWRௐSODWIRUPௐXVHGௐE\ௐ1$)*ௐDVௐLWௐRIIHUVௐDௐYDULHW\ௐRIௐZD\VௐWRௐH[SDQGௐRXUௐQHWZRUNௐE\ௐORFDWLQJௐ DQGௐFRQQHFWLQJௐZLWKௐUHOHYDQWௐSURIHVVLRQDOVௐLQௐWKHௐLQGXVWU\ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐXWLOL]HGௐ/LQNHG,QௐWRௐ HQJDJHௐFXUUHQWௐDQGௐSRWHQWLDOௐPHPEHUVௐWKURXJKௐSHUVRQDOL]HGௐPHVVDJHVௐDQGௐSRVWVௐௐ3HUVRQDOL]HGௐPHVVDJHVௐ LQFOXGHௐWKDQNLQJௐWKHPௐIRUௐUHJLVWHULQJௐRQௐVLWHௐDVௐZHOOௐDVௐGLUHFWLQJௐWKHPௐWRௐRQௐRXUௐOLQNௐWRௐWKHௐZHEVLWHௐ/LQNHG,Qௐ <RX7XEHௐ)DFHERRNௐDQGௐ,QVWDJUDPௐFRPSDQ\ௐSDJHVௐௐ7KHௐJRDOௐLVௐWRௐXQLWHௐZLWKௐSHRSOHௐDOUHDG\ௐRQௐRXUௐ GDWDEDVHௐDVௐZHOOௐDVௐSHRSOHௐWKDWௐZRXOGௐEHQHILWௐIURPௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐௐ&XUUHQWௐIO\HUVௐRUௐPHVVDJHVௐ DERXWௐRXUௐFRPSDQ\ௐDUHௐDOVRௐSRVWHGௐRQௐWKHௐ/LQNHG,QௐVLWHௐWRௐJHQHUDWHௐDQGௐDWWUDFWௐPRUHௐEXVLQHVVௐௐ7LPHௐLVௐ DOVRௐVSHQWௐRQௐUHDGLQJௐSRVWVௐIURPௐFRQQHFWLRQVௐDQGௐREVHUYHௐDQ\ௐQHHGVௐWKDWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐPD\ௐ DVVLVWௐZLWKௐௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐEHJXQௐXWLOL]LQJௐYLGHRௐPDUNHWLQJௐVWUDWHJLHVௐWRௐIXUWKHUௐSURPRWHௐDQGௐPDUNHWௐ SURGXFWVௐE\ௐHQJDJLQJௐRQௐVRFLDOௐPHGLDௐFKDQQHOVௐDQGௐHPDLOௐIO\HUVௐௐ3URJUDPVௐVXFKௐDVௐ9LPHRௐ9LGHRௐ6FULEHௐ &DUWRRQௐ$QLPDWRUௐ$GREHௐ$QLPDWHௐ,OOXVWUDWHௐ&DSWLYHௐ3KRWRVKRSௐDQGௐ0RYDYLௐ9LGHRௐ(GLWRUௐ3OXVௐDUHௐHPSOR\HGௐ WRௐHGLWௐDQGௐFUHDWHௐYLGHRVௐWRௐDVVLVWௐLQௐHQGRUVLQJௐRXUௐFRPSDQ\ௐௐ7KHௐIROORZLQJௐYLGHRVௐZHUHௐUHFHQWO\ௐFUHDWHGௐE\ௐ RXUௐPDUNHWLQJௐGHSDUWPHQWௐDORQJௐZLWKௐRXWVLGHௐYLGHRௐSURGXFWLRQௐFRPSDQLHV ([SODLQHUௐ9LGHRௐௐ7KHௐILUVWௐYLGHRௐFUHDWHGௐZDVௐDௐௐVHFRQGௐH[SODLQHUௐYLGHRௐDERXWௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐ WKDWௐXVHGௐDQLPDWHGௐFKDUDFWHUVௐWRௐYLVXDOL]HௐRXUௐSURGXFWVௐDQGௐVHUYLFHVௐDORQJௐZLWKௐLQIRUPDWLRQௐRQௐWKHௐ6RXUFHZHOOௐ DZDUGHGௐFRQWUDFWௐௐ7KHௐYLGHRௐKDVௐEHHQௐLQFRUSRUDWHGௐLQWRௐDOOௐRXUௐZHHNO\ௐHPDLOௐIO\HUVௐDQGௐVRFLDOௐPHGLDௐ SODWIRUPVௐDVௐDQௐLQIRUPDWLYHௐYLGHRௐRQௐRXUௐSURGXFWVௐDQGௐKRZௐWRௐSXUFKDVHௐYHKLFOHVௐRIIௐ6RXUFHZHOOௐ*RYHUQPHQWௐ &RQWUDFW +RZௐ7Rௐ9LGHRVௐௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKDVௐDOVRௐFUHDWHGௐVWHSE\VWHSௐ+RZ7RௐYLGHRVௐRQௐWKHௐSURFHVVௐWRௐ SXUFKDVHௐERWKௐ/LJKWௐ'XW\ௐDQGௐ+HDY\'XW\ௐYHKLFOHVௐRIIௐWKHௐFRQWUDFWௐௐ ,Qௐ6WRFNௐ9HKLFOHVௐௐ7KLVௐYLGHRௐVKRZFDVHVௐRXUௐLQVWRFNௐYHKLFOHVௐDYDLODEOHௐDQGௐWKHௐSURFHVVௐRIௐUHTXHVWLQJௐDௐ TXRWHௐ (7$ௐ7UDFNLQJௐ6\VWHPௐௐ7KLVௐYLGHRௐZDVௐFUHDWHGௐWRௐQRWௐRQO\ௐLQWURGXFHௐEXWௐWRௐHQFRXUDJHௐFOLHQWVௐWRௐVHOIWUDFNௐ WKHLUௐYHKLFOHௐVWDWXVௐௐ +ROLGD\ௐ7KHPHGௐ9LGHRVௐ7KHVHௐDPXVLQJௐYLGHRVௐZHUHௐFUHDWHGௐWRௐFHOHEUDWHௐWKHௐKROLGD\VௐDQGௐDGGௐKXPRUௐDQGௐ OLJKWQHVVௐWRௐRXUௐFRPSDQ\ௐDQGௐSURGXFWVௐVROGௐௐ &URVVௐ3URPRWLRQௐ9LGHRௐௐ7KLVௐYLGHRௐPDUNHWVௐRXUௐUHODWLRQVKLSௐZLWKௐ1&/ௐ*RYHUQPHQWௐ&DSLWDOௐDQGௐ6RXUFHZHOOௐWRௐ HQGRUVHௐ(9ௐYHKLFOHVௐௐ 9LGHRVௐIRUௐVRFLDOௐPHGLDௐௐ0LQLௐYLGHRVௐZHUHௐFUHDWHGௐWRௐDGYHUWLVHௐQHZௐYHKLFOHVௐDYDLODEOHௐSULFLQJௐDQGௐFXWRIIௐ GDWHௐUHPLQGHUVௐௐ 1$)*ௐKDVௐUHFHQWO\ௐLQWURGXFHGௐDௐQHZO\ௐEXLOWௐOLYHௐFKDWௐIHDWXUHௐRQௐRXUௐZHEVLWHௐIRUௐFXVWRPHUௐFRQYHQLHQFHௐDVௐZHOOௐ DVௐLPSURYLQJௐFXVWRPHUௐVHUYLFHௐௐ9LVLWRUVௐKDYHௐDFFHVVௐWRௐFKDWௐZLWKௐDௐOLYHௐVDOHVௐUHSUHVHQWDWLYHௐௐKRXUVௐDௐGD\ௐ ௐGD\VௐDௐZHHNௐௐ:LWKௐWKLVௐIHDWXUHௐSRWHQWLDOௐFXVWRPHUVௐDUHௐSURYLGHGௐZLWKௐDQRWKHUௐDYHQXHௐIRUௐDVVLVWDQFHௐLQௐ DGGLWLRQௐWRௐHPDLOLQJௐDQGௐSKRQHௐFDOOVௐௐ7KHௐEHQHILWVௐRIௐDௐOLYHௐFKDWௐRSWLRQௐLQFOXGHௐTXLFNHUௐUHVSRQVHௐWLPHௐWRௐ DVVLVWௐEX\HUVௐLQௐUHDFKLQJௐDௐSXUFKDVLQJௐGHFLVLRQௐDQGௐDQVZHUௐWKHLUௐTXHVWLRQVௐ ,PSURYLQJௐFXVWRPHUௐVHUYLFHௐZLOOௐDOVRௐOHDGௐWRௐLQFUHDVHGௐVDOHVௐFXVWRPHUௐOR\DOW\ௐDQGௐHQJDJHPHQWௐௐ0DQ\ௐVWXGLHVௐ KDYHௐVKRZQௐDௐVWURQJௐFRUUHODWLRQௐEHWZHHQௐOLYHௐFKDWௐDQGௐLQFUHDVHௐLQௐFRQYHUVLRQௐUDWHVௐௐ3RWHQWLDOௐFOLHQWVௐ DSSUHFLDWHௐKDYLQJௐWKHLUௐTXHVWLRQVௐDQVZHUHGௐLQௐUHDOWLPHௐZKHQௐWU\LQJௐWRௐEXLOGௐDௐYHKLFOHௐTXRWHௐRQOLQHௐDQGௐ DOORZLQJௐWKHௐXVHUௐWRௐPXOWLWDVNௐGLIIHUHQWௐSURMHFWV   ,Qௐ\RXUௐYLHZௐZKDWௐLVௐ6RXUFHZHOO¶VௐUROHௐLQௐ SURPRWLQJௐFRQWUDFWVௐDULVLQJௐRXWௐRIௐWKLVௐ5)3"ௐ +RZௐZLOOௐ\RXௐLQWHJUDWHௐDௐ6RXUFHZHOODZDUGHGௐ FRQWUDFWௐLQWRௐ\RXUௐVDOHVௐSURFHVV" 6RXUFHZHOO¶VௐPLVVLRQௐVWDWHVௐ³2XUௐFRPPLWPHQWௐWRௐVHUYLFHௐDQGௐH[FHHGLQJௐFOLHQWௐH[SHFWDWLRQV´ௐௐ7KLVௐVWDWHPHQWௐ LQWHJUDWHVௐZLWKௐRXUௐUHODWLRQVKLSௐPDUNHWLQJௐVWUDWHJ\ௐZLWKௐRXUௐFRPPLWPHQWௐWRௐJRௐDERYHௐDQGௐEH\RQGௐIRUௐDOOௐRXUௐ PHPEHUVௐௐ6RXUFHZHOOௐLVௐDௐWUXVWHGௐEUDQGௐWKDWௐJRYHUQPHQWௐHQWLWLHVௐFDQௐUHO\ௐRQௐWRௐDFFHVVௐDௐZLGHௐYDULHW\ௐRIௐ SURGXFWVௐDQGௐVHUYLFHVௐIRUௐWKHLUௐHYHU\GD\ௐQHHGVௐௐ:LWKௐRYHUௐௐ\HDUVௐRIௐSDUWQHUVKLSVௐDQGௐUHODWLRQVKLSௐEXLOGLQJௐ WKH\ௐDUHௐWKHௐJOXHௐWKDWௐFRQQHFWVௐJRYHUQPHQWௐHGXFDWLRQௐDQGௐQRQSURILWௐDJHQFLHVௐWRௐFRPSDQLHVௐRIௐDOOௐVL]HVௐWRௐ RIIHUௐWXUQNH\ௐVROXWLRQVௐWRௐWKHLUௐQHHGVௐௐௐௐ 6RXUFHZHOOௐLVௐDOVRௐDௐUHOLDEOHௐUHVRXUFHௐIRUௐYHQGRUVௐE\ௐQRWௐRQO\ௐFRQQHFWLQJௐZLWKௐSRWHQWLDOௐSURVSHFWVௐEXWௐE\ௐ SURYLGLQJௐYDOXDEOHௐPDUNHWLQJௐPDWHULDOVௐUHDGLO\ௐDYDLODEOHௐIRUௐGRZQORDGௐRQௐWKHLUௐZHEVLWHௐௐ5HVRXUFHVௐDQGௐWRROVௐ SURYLGHGௐLQFOXGHௐIO\HUVௐYHQGRUௐWUDLQLQJௐYLGHRVௐDORQJௐZLWKௐFRPSOLDQFHௐLQIRUPDWLRQ 7KHௐ6RXUFHZHOOௐEUDQGௐLQWHJUDWHVௐDௐWKRURXJKௐGRFXPHQWDWLRQௐUHYLHZௐRIௐDOOௐYHQGRUVௐSULRUௐWRௐDZDUGLQJௐWKHLUௐ FRRSHUDWLYHௐFRQWUDFWVௐWRௐHQVXUHௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐUHSXWDEOHௐYHQGRUVௐௐ7KHௐEUDQGௐSURYLGHVௐDௐ VHQVHௐRIௐOHJLWLPDF\ௐRIௐRXUௐFRPSDQ\ௐQDPHௐDQGௐPHPEHUVௐUHFRJQL]HௐWKDWௐSURGXFWVௐDQGௐVHUYLFHVௐDUHௐIURPௐ UHOLDEOHௐVRXUFHVௐWKDWௐZLOOௐPHHWௐWKHLUௐQHHGVௐௐ 6RXUFHZHOO¶VௐDLPௐLVௐWRௐVLPSOLI\ௐWKHௐSXUFKDVLQJௐDQGௐSURFXUHPHQWௐSURFHVVௐRIௐJRYHUQPHQWௐHQWLWLHVௐE\ௐHOLPLQDWLQJௐ WKHௐFRVWO\ௐELGGLQJௐSURFHGXUHௐௐ7KHௐSURFHVVௐRIௐUHVHDUFKLQJௐWKHௐULJKWௐYHQGRUௐLVௐQRWௐRQO\ௐVWUHVVIXOௐDQGௐWLPH FRQVXPLQJௐEXWௐFDQௐEHௐH[SHQVLYHௐDVௐZHOOௐௐ6RXUFHZHOOௐKDVௐFRPSOHWHGௐWKHௐELGGLQJௐIRUௐJRYHUQPHQWௐHQWLWLHVௐ ZKLFKௐVLPSOLILHVௐWKHௐRYHUDOOௐSXUFKDVLQJௐSURFHVVௐE\ௐSURYLGLQJௐDFFHVVௐWRௐFRPSHWLWLYHO\ௐELGௐFRQWUDFWVௐSURFXUHGௐE\ௐ DௐJRYHUQPHQWௐDJHQF\ௐௐ 6RXUFHZHOOௐKDVௐSURYLGHGௐ1$)*ௐZLWKௐRYHUZKHOPLQJௐRSSRUWXQLWLHVௐWRௐZRUNௐZLWKௐJRYHUQPHQWௐDJHQFLHVௐDFURVVௐWKHௐ 8QLWHGௐ6WDWHVௐௐ7KHௐ6RXUFHZHOOௐQDPHௐUHSUHVHQWVௐDௐKLJKௐVWDQGDUGௐRIௐLQWHJULW\ௐDQGௐHWKLFVௐZKLFKௐLVௐDௐG\QDPLFௐ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐSURXGௐWRௐEHௐSDUWௐRIௐௐ6RXUFHZHOOௐPHPEHUVௐKDYHௐDFFHVVௐWRௐDௐFRQWUDFWௐWKDWௐLVௐ PRUHௐIOH[LEOHௐWKDQௐWKHௐVWDQGDUGௐELGGLQJௐSURFHVVௐௐ6RXUFHZHOOௐLVௐDQௐRUJDQL]DWLRQௐWKDWௐDLGVௐJRYHUQPHQWௐHQWLWLHVௐ WRௐVWD\ௐFRPSHWLWLYHௐZLWKRXWௐWKHௐIUXVWUDWLRQVௐDQGௐLVVXHVௐLQYROYHGௐZLWKௐWKHௐWUDGLWLRQDOௐELGGLQJௐSURFHVVௐௐ7KLVௐ FRQWUDFWௐFDQௐEHௐFXVWRPL]HGௐWRௐPHHWௐWKHௐXQLTXHௐQHHGVௐRIௐHDFKௐFOLHQWௐௐ7KHௐVDOHVௐWHDPௐKDVௐLQFRUSRUDWHGௐQRWௐ RQO\ௐWKLVௐVWDQGDUGௐRIௐLQWHJULW\ௐLQௐWKHLUௐVDOHVௐSUDFWLFHௐHQVXULQJௐFOLHQWV¶ௐSXUFKDVLQJௐQHHGVௐZLOOௐDOZD\VௐEHௐPHWௐௐ 7KHௐFRVWௐVDYLQJVௐDQGௐVWUHVVIUHHௐQDWXUHௐRIௐWKHௐFRRSHUDWLYHௐFRQWUDFWVௐIDYRUVௐWKDWௐRIௐWKHௐWUDGLWLRQDOௐELGGLQJௐ SURFHVVௐௐ,WௐHQDEOHVௐYHQGRUVௐWRௐZRUNௐZLWKௐTXDOLI\LQJௐJRYHUQPHQWௐHQWLWLHVௐLQௐDௐPRUHௐHIILFLHQWௐPDQQHUௐௐ:HௐYRZௐ WRௐPDLQWDLQௐWKHVHௐOHYHOVௐRIௐVWDQGDUGVௐDFURVVௐWKHௐERDUGௐWKURXJKRXWௐDOOௐGHSDUWPHQWVௐZLWKLQௐWKHௐFRPSDQ\  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        712  $UHௐ\RXUௐSURGXFWVௐRUௐVHUYLFHVௐDYDLODEOHௐ WKURXJKௐDQௐHSURFXUHPHQWௐRUGHULQJௐSURFHVV"ௐ,Iௐ VRௐGHVFULEHௐ\RXUௐHSURFXUHPHQWௐV\VWHPௐDQGௐ KRZௐJRYHUQPHQWDOௐDQGௐHGXFDWLRQDOௐFXVWRPHUVௐ KDYHௐXVHGௐLW 2XUௐZHEVLWHௐSURYLGHVௐDௐKDQGVRQௐHPSRZHULQJௐDSSURDFKௐWRௐRUGHULQJௐYHKLFOHVௐRQOLQHௐௐ&OLHQWVௐFDQௐVHDUFKௐ WKURXJKௐPDQ\ௐYHKLFOHVௐPDNHVௐDQGௐPRGHOVௐZLWKௐWKHௐDELOLW\ௐWRௐFXVWRPL]HௐDௐYHKLFOHௐWDLORUHGௐWRௐWKHLUௐVSHFLILFௐ QHHGVௐRIௐWKHLUௐDJHQF\ௐௐௐ$ௐSHUVRQDOL]HGௐTXRWHௐZLWKௐSULFLQJௐFDQௐEHௐDYDLODEOHௐLQௐDVௐOLWWOHௐDVௐௐPLQXWHVௐ GHSHQGLQJௐRQௐWKHௐFRPSOH[LW\ௐRIௐWKHௐYHKLFOHௐௐௐ,IௐXSILWWLQJௐLVௐQHHGHGௐWKHௐEX\HUௐFDQௐOLVWௐWKHௐGHWDLOVௐRIௐWKHௐXSILWௐ ZKLOHௐEXLOGLQJௐWKHLUௐYHKLFOHௐRQௐRXUௐZHEVLWHௐWRௐUHFHLYHௐDௐFRPSOHWHௐTXRWHௐRUௐDௐVDOHVௐUHSUHVHQWDWLYHௐFDQௐEHௐ UHDFKHGௐWKURXJKௐSKRQHௐHPDLOௐRUௐRXUௐQHZௐOLYHௐFKDWௐIHDWXUHௐEXLOWௐRQௐRXUௐZHEVLWHௐௐ :HௐKDYHௐUHFHQWO\ௐFUHDWHGௐDQGௐXSORDGHGௐDௐ³+RZ7Rௐ9LGHRV´ௐVHFWLRQௐRQௐWKHௐKRPHSDJHௐRIௐRXUௐZHEVLWHௐZKLFKௐ KLJKOLJKWVௐDௐVWHSE\VWHSௐSURFHVVௐRQௐKRZௐWRௐEXLOGௐDQௐRQOLQHௐTXRWHௐௐ7KLVௐLQIRUPDWLYHௐYLGHRௐGHPRQVWUDWHVௐKRZௐ WRௐQDYLJDWHௐWKHௐZHEVLWHௐLQௐKRZௐWRௐJHQHUDWHௐDௐYHKLFOHௐTXRWHௐZLWKௐRUௐZLWKRXWௐXSILWWLQJௐRSWLRQVௐௐ,WௐEHJLQVௐE\ௐ H[SODLQLQJௐKRZௐWRௐUHJLVWHUௐRQௐRXUௐZHEVLWHௐDVௐDௐPHPEHUௐDQGௐWKHQௐGHWDLOVௐRQௐKRZௐWRௐVHOHFWௐYHKLFOHௐPRGHOௐDQGௐ W\SHௐDQGௐWKHௐIDFWRU\ௐRSWLRQVௐQHHGHGௐௐௐ ௐ 2QFHௐDௐFXVWRPL]HGௐTXRWHௐLVௐEXLOWௐFOLHQWVௐKDYHௐWKHௐRSWLRQௐWRௐILQDOL]HௐWKHௐVDOHVௐWUDQVDFWLRQௐE\ௐVXEPLWWLQJௐDௐ SXUFKDVHௐRUGHUௐWRௐRXUௐVDOHVௐWHDPௐYLDௐHPDLOௐௐ7KLVௐJLYHVௐFRPSOHWHௐDXWRQRP\ௐWRௐWKHௐFOLHQWௐWRௐSXUFKDVHௐYHKLFOHVௐ ZLWKRXWௐWKHௐQHHGௐWRௐVSHDNௐWRௐDௐVDOHVௐUHSௐௐ,IௐDVVLVWDQFHௐLVௐQHHGHGௐWKH\ௐFDQௐFRQWDFWௐVDOHVௐWKURXJKௐHPDLOௐOLYHௐ FKDWௐRUௐSKRQHௐௐ ,IௐDVVLVWDQFHௐLVௐUHTXLUHGௐWRௐEXLOGௐDௐTXRWHௐRXUௐVDOHVௐUHSௐLVௐDOVRௐDYDLODEOHௐWRௐZDONௐDௐFOLHQWௐWKURXJKௐWKHௐH SURFXUHPHQWௐSURFHVVௐVWHSௐE\ௐVWHSௐௐ7KLVௐHQVXUHVௐVRPHRQHௐLVௐDYDLODEOHௐWRௐDQVZHUௐDQ\ௐTXHVWLRQVௐLIௐQHHGHGௐ DQGௐHPSRZHULQJௐWKHௐFOLHQWௐWRௐPDNHௐDQ\ௐIXWXUHௐSXUFKDVHVௐRQௐWKHLUௐRZQௐௐ&OLHQWVௐPD\ௐDOVRௐFDOOௐRUௐHPDLOௐWKHௐ QHHGVௐRIௐWKHௐFRPSDQ\ௐDQGௐUHFHLYHௐDௐFXVWRPL]HGௐYHKLFOHௐTXRWH  7DEOH9DOXH$GGHG$WWULEXWHV /LQH,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSURGXFWௐHTXLSPHQWௐ PDLQWHQDQFHௐRUௐRSHUDWRUௐWUDLQLQJௐ SURJUDPVௐWKDWௐ\RXௐRIIHUௐWRௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLWLHVௐ,QFOXGHௐGHWDLOVௐVXFKௐ DVௐZKHWKHUௐWUDLQLQJௐLVௐVWDQGDUGௐRUௐ RSWLRQDOௐZKRௐSURYLGHVௐWUDLQLQJௐDQGௐDQ\ௐ FRVWVௐWKDWௐDSSO\ 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐH[WHQGVௐDQ\ௐDQGௐDOOௐSURGXFWௐHTXLSPHQWௐPDLQWHQDQFHௐDQGௐRSHUDWLQJௐSURJUDPVௐ SURYLGHGௐE\ௐWKHௐ0DQXIDFWXUHUௐGLUHFWO\ௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐGXULQJௐWKHௐTXRWLQJௐSURFHVVௐ7KHௐ PDQXIDFWXUHUௐZLOOௐSURYLGHௐTXRWHVௐWRௐWKHௐPHPEHUௐEDVHGௐRQௐWKHௐYHKLFOHVௐFODVVௐDQGௐVL]HௐDQGௐJHRJUDSKLFௐORFDWLRQௐ 1$)*ௐZLOOௐDOZD\VௐSDVVௐWKHVHௐTXRWHVௐRQWRௐPHPEHUVௐDQGௐWUHDWௐWKHPௐOLNHௐDQௐXSILWௐWRௐWKHௐYHKLFOH  'HVFULEHௐDQ\ௐWHFKQRORJLFDOௐDGYDQFHVௐWKDWௐ \RXUௐSURSRVHGௐSURGXFWVௐRUௐVHUYLFHVௐRIIHU 7HFKQRORJLFDOௐDFFRPSOLVKPHQWVௐE\ௐ0DQXIDFWXUHVௐOLNHௐ)RUGௐ0RWRUௐ&RPSDQ\ௐDQGௐ*HQHUDOௐ0RWRUVௐVHUYHௐPHPEHUVௐ E\ௐNHHSLQJௐPDQ\ௐPRGHOVௐDYDLODEOHௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ$GGLWLRQDOO\ௐ1$)*ௐDOORZVௐPHPEHUVௐWKHௐDELOLW\ௐ WRௐFKRRVHௐWRௐHOHFWULI\ௐWKHLUௐYHKLFOHௐE\ௐRSWLQJௐLQWRௐWKHௐ0RWLYHௐ3RZHUௐ6\VWHPVௐZHௐFDQௐVWLOOௐKHOSௐVXSSO\ௐWKLVௐNLQGௐ RIௐDQௐXSILWௐ)RUௐPRUHௐLQIRUPDWLRQௐZHௐKDYHௐDWWDFKHGௐWKHௐSURGXFWௐDQGௐSULFLQJௐLQIRUPDWLRQௐZLWKLQௐWKHௐ³8SILWVௐ $YDLODEOH´ௐDQGௐ³$OOௐௐ0DQXIDFWXUHV´ௐ=,3ௐILOHVௐXQGHUௐWKHௐVXSSRUWLQJௐGRFXPHQWVௐSRUWLRQௐRIௐWKHௐDSSOLFDWLRQ   'HVFULEHௐDQ\ௐ³JUHHQ´ௐLQLWLDWLYHVௐWKDWௐUHODWHௐ WRௐ\RXUௐFRPSDQ\ௐRUௐWRௐ\RXUௐSURGXFWVௐRUௐ VHUYLFHVௐDQGௐLQFOXGHௐDௐOLVWௐRIௐWKHௐ FHUWLI\LQJௐDJHQF\ௐIRUௐHDFK ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐKHOSHGௐFUHDWHௐWKHௐ&OLPDWHௐ0D\RUௐ3XUFKDVLQJௐ&ROODERUDWLYHௐE\ௐSDUWQHULQJௐZLWKௐRYHUௐ ௐ0D\RUVௐQDWLRQZLGHௐ7KLVௐLQLWLDWLYHௐZDVௐFUHDWHGௐIRUௐWKHௐEHQHILWௐRIௐPHPEHUVௐZKRௐZDQWHGௐWRௐFUHDWHௐDQGௐ VXVWDLQௐDQௐDOOHOHFWULFௐIOHHWௐ:HௐRIIHUௐௐSXUHO\ௐHOHFWULFௐYHKLFOHVௐ\RXUௐPHPEHUVௐWRௐFKRRVHௐIURPௐ6RPHௐSRSXODUௐ PRGHOVௐLQFOXGHௐWKHௐ&KHYUROHWௐ%ROWௐ)RUGௐ)XVLRQௐ)RUGௐ0XVWDQJௐ0DFK(ௐDVௐZHOOௐDVௐ)RUG¶VௐDOOௐHOHFWULFௐ)ௐ:Hௐ DUHௐFRQILGHQWௐWKDWௐDVௐPRUHௐ2(0¶VௐFRQWLQXHௐWRௐPDQXIDFWXUHௐQHZௐHOHFWULFௐYHKLFOHVௐZHௐZLOOௐSURYLGHௐWKHPௐIRUௐ PHPEHUVௐWRௐVHOHFWௐIURPௐ0RUHௐLQIRUPDWLRQௐDERXWௐWKLVௐLQLWLDWLYHௐFDQௐEHௐIRXQGௐDWௐZZZ'ULYHHYIOHHWRUJ   ,GHQWLI\ௐDQ\ௐWKLUGSDUW\ௐLVVXHGௐHFRODEHOVௐ UDWLQJVௐRUௐFHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐ KDVௐUHFHLYHGௐIRUௐWKHௐHTXLSPHQWௐRUௐ SURGXFWVௐLQFOXGHGௐLQௐ\RXUௐ3URSRVDOௐUHODWHGௐ WRௐHQHUJ\ௐHIILFLHQF\ௐRUௐFRQVHUYDWLRQௐOLIH F\FOHௐGHVLJQௐ FUDGOHWRFUDGOH ௐRUௐRWKHUௐ JUHHQVXVWDLQDELOLW\ௐIDFWRUV 1$)*ௐKDVௐWKHௐ&DOLIRUQLDௐ$LUௐ5HVRXUFHௐ%RDUGௐ &$5% ௐ&HUWLILFDWHௐDVௐZHOOௐDVௐWKHௐ)RUGௐ4XDOLILHGௐ9HKLFOHௐ0RGLILHUௐ &HUWLILFDWHௐRQௐILOHௐZLWKௐVRPHௐRIௐRXUௐSDUWQHUௐVXSSOLHUVௐDQGௐXSILWWHUVௐKROGௐWKHVHௐFHUWLILFDWLRQVௐDQGௐWKHVHௐ FHUWLILFDWLRQVௐKHOSௐLOOXVWUDWHௐKRZௐHDFKௐYHKLFOHௐFRQVHUYHVௐHQHUJ\ௐDQGௐUHPDLQVௐHQHUJ\ௐHIILFLHQW   'HVFULEHௐDQ\ௐ:RPHQௐRUௐ0LQRULW\ௐ %XVLQHVVௐ(QWLW\ௐ :0%( ௐ6PDOOௐ%XVLQHVVௐ (QWLW\ௐ 6%( ௐRUௐYHWHUDQௐRZQHGௐEXVLQHVVௐ FHUWLILFDWLRQVௐWKDWௐ\RXUௐFRPSDQ\ௐRUௐKXEௐ SDUWQHUVௐKDYHௐREWDLQHGௐ8SORDGௐ GRFXPHQWDWLRQௐRIௐFHUWLILFDWLRQௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐ VHFWLRQௐRIௐ\RXUௐUHVSRQVH 1$)*ௐKROGVௐDௐFXUUHQWௐSDUWQHUVKLSௐZLWKௐPDQ\ௐVXSSOLHUVௐVRPHௐRIௐZKLFKௐDUHௐYHWHUDQௐRZHGௐVXFKௐDVௐ3DFLILFௐ7UXFNௐ %RG\ௐORFDWHGௐLQௐ&$ௐ2XUௐ)RUGௐ&KHYUROHWௐDQGௐ5DP-HHS'RGJH&KU\VOHUௐVWRUHVௐDUHௐMRLQWO\ௐRZQHGௐDQGௐRSHUDWHGௐ E\ௐ0LQRULWLHV   :KDWௐXQLTXHௐDWWULEXWHVௐGRHVௐ\RXUௐ FRPSDQ\ௐ\RXUௐSURGXFWVௐRUௐ\RXUௐVHUYLFHVௐ RIIHUௐWRௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV"ௐ :KDWௐPDNHVௐ\RXUௐSURSRVHGௐVROXWLRQVௐ XQLTXHௐLQௐ\RXUௐLQGXVWU\ௐDVௐLWௐDSSOLHVௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHV" ௐ1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐZDVௐQRWௐRQO\ௐEXLOWௐRQௐGHGLFDWLRQௐDQGௐKDUGௐZRUNௐEXWௐDOVRௐWKURXJKௐTXDQWLILDEOHௐ PHWULFVௐWKDWௐGLUHFWO\ௐPHDVXUHௐWKHௐUHVXOWVௐRIௐRXUௐHIIRUWVௐWRௐHQVXUHௐUHDOௐJRDOVௐDUHௐEHLQJௐPHDVXUHGௐDQGௐPHWௐ 7KURXJKௐPHDVXULQJௐUHVXOWVௐ1$)*ௐWDNHVௐUHVSRQVLELOLW\ௐLQௐHQVXULQJௐZHௐGHOLYHUௐRQO\ௐWKHௐEHVWௐFXVWRPHUௐFDUHௐWRௐ \RXUௐPHPEHUVௐ1$)*ௐRIIHUVௐPHPEHUVௐௐKRXUௐZHEVLWHௐDFFHVVௐWRௐFXVWRPHUௐVXSSRUWௐWRௐSHUVRQDEO\ௐZDONௐ PHPEHUVௐWKURXJKௐDQ\ௐTXHVWLRQVௐWKH\ௐPD\ௐKDYHௐ1RௐPDWWHUௐZKDWௐWKHௐLVVXHௐPD\ௐEHௐZHௐDOZD\VௐWKLQNௐRXWVLGHௐWKHௐ ER[ௐWRௐKHOSௐPHPEHUVௐILQGௐDௐVROXWLRQ  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        713 7DEOH$:DUUDQW\ 'HVFULEHLQGHWDLO\RXUPDQXIDFWXUHUZDUUDQW\SURJUDPLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RX PD\XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUZDUUDQW\PDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWR UHVSRQGLQJWRWKHTXHVWLRQVEHORZ /LQH,WHP 4XHVWLRQ 5HVSRQVH  'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐDOOௐSURGXFWVௐSDUWVௐDQGௐODERU" (DFKௐRIௐWKHௐௐPDQXIDFWXUHVௐZHௐUHSUHVHQWௐFRYHUௐWKHLUௐRZQௐSURGXFWVௐSDUWVௐDQGௐODERUௐ$OOௐ ZDUUDQW\ௐLQIRUPDWLRQௐPD\ௐEHௐIRXQGௐLQௐRXUௐDWWDFKPHQWVௐXQGHUௐWKHௐ=,3ௐ)LOHௐ³$OOௐௐ 0DQXIDFWXUHV´   'Rௐ\RXUௐZDUUDQWLHVௐLPSRVHௐXVDJHௐUHVWULFWLRQVௐRUௐRWKHUௐ OLPLWDWLRQVௐWKDWௐDGYHUVHO\ௐDIIHFWௐFRYHUDJH" 3ULRUௐWRௐSXUFKDVHௐPHPEHUVௐVKRXOGௐEHௐDZDUHௐRIௐHDFKௐPDQXIDFWXUHU¶VௐUHVWULFWLRQVௐ6XFKௐDVௐ LPSURSHUௐXVHௐRIௐWKHௐYHKLFOHௐPD\ௐUHVXOWௐLQௐGLVTXDOLILFDWLRQௐRIௐFRYHUDJHௐXQGHUௐWKHௐ2(0¶Vௐ ZDUUDQW\ௐ$QௐH[DPSOHௐRIௐWKLVௐPD\ௐEHௐDQௐ)ௐEHLQJௐXVHGௐIRUௐDௐSROLFHௐUHODWHGௐSXUVXLWௐZKLFKௐ PD\ௐYRLGௐFHUWDLQௐZDUUDQWLHVௐ$OWKRXJKௐZHௐDOZD\VௐZHOFRPHௐDQGௐHQFRXUDJHௐPHPEHUVௐWRௐ FRQWDFWௐXVௐIRUௐWKHLUௐSDUWLFXODUௐZDUUDQW\ௐFRYHUDJH   'Rௐ\RXUௐZDUUDQWLHVௐFRYHUௐWKHௐH[SHQVHௐRIௐWHFKQLFLDQV¶ௐWUDYHOௐ WLPHௐDQGௐPLOHDJHௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV" ,QௐVRPHௐFDVHVௐPDQXIDFWXUHUVௐZLOOௐWRZௐDௐPHPEHU¶VௐYHKLFOHௐWRௐWKHௐQHDUHVWௐZDUUDQW\ௐUHSDLUௐ IDFLOLW\ௐLQௐFDVHௐRIௐDௐEUHDNGRZQௐDQGௐFRYHUௐH[SHQVHVௐEXWௐSULRUௐDSSURYDOௐLVௐUHTXLUHG  $UHௐWKHUHௐDQ\ௐJHRJUDSKLFௐUHJLRQVௐRIௐWKHௐ8QLWHGௐ6WDWHVௐRUௐ &DQDGDௐ DVௐDSSOLFDEOH ௐIRUௐZKLFKௐ\RXௐFDQQRWௐSURYLGHௐDௐ FHUWLILHGௐWHFKQLFLDQௐWRௐSHUIRUPௐZDUUDQW\ௐUHSDLUV"ௐௐ+RZௐZLOOௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐLQௐWKHVHௐUHJLRQVௐEHௐSURYLGHGௐ VHUYLFHௐIRUௐZDUUDQW\ௐUHSDLU" 7KLVௐPD\ௐYDU\ௐIURPௐPDQXIDFWXUHUௐWRௐPDQXIDFWXUHUௐ7KXVௐZHௐHQFRXUDJHௐPHPEHUVௐWRௐFDOOௐLQௐ SULRUௐWRௐSXUFKDVHௐDQGௐLQTXLUHௐDERXWௐWKHLUௐVSHFLILFௐUHJLRQௐDQGௐKRZௐWKHLUௐZDUUDQW\ௐUHSDLUVௐZLOOௐ EHௐFRYHUHGௐZLWKௐWKHLUௐPDQXIDFWXUHU  :LOOௐ\RXௐFRYHUௐZDUUDQW\ௐVHUYLFHௐIRUௐLWHPVௐPDGHௐE\ௐRWKHUௐ PDQXIDFWXUHUVௐWKDWௐDUHௐSDUWௐRIௐ\RXUௐSURSRVDOௐRUௐDUHௐWKHVHௐ ZDUUDQWLHVௐLVVXHVௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐ HTXLSPHQWௐPDQXIDFWXUHU" $OOௐZDUUDQWLHVௐDUHௐW\SLFDOO\ௐSDVVHGௐRQௐWRௐWKHௐRULJLQDOௐHTXLSPHQWௐPDQXIDFWXUHUௐDQGௐDQ\ௐXSILWௐ ZDUUDQW\ௐZLOOௐEHௐSDVVHGௐRQௐWRௐWKHௐXSILWWHUௐWRௐSHUIRUP  :KDWௐDUHௐ\RXUௐSURSRVHGௐH[FKDQJHௐDQGௐUHWXUQௐSURJUDPVௐDQGௐ SROLFLHV" ,IௐDௐPHPEHUௐFKDQJHVௐWKHLUௐPLQGௐ1$)*ௐZLOOௐTXLFNO\ௐPDNHௐHYHU\ௐHIIRUWௐWRௐFKDQJHௐRUௐFDQFHOௐ WKHௐRUGHUௐZLWKௐWKHௐIDFWRU\ௐ+RZHYHUௐRQFHௐWKHௐPDQXIDFWXUHUௐEHJLQVௐSURGXFLQJௐWKHௐYHKLFOHௐWKHUHௐ DUHௐQRௐFKDQJHVௐH[FKDQJHVௐRUௐUHIXQGVௐDYDLODEOHௐ7KHௐRUGHUௐLVௐWKHQௐGHHPHGௐQRQFDQFHOODEOHௐ 7KLVௐLQFOXGHVௐDQ\ௐXSILWௐHTXLSPHQWௐDQௐXSILWWHUௐKDVௐRUGHUHGௐIRUௐWKHௐXQLW   'HVFULEHௐDQ\ௐVHUYLFHௐFRQWUDFWௐRSWLRQVௐIRUௐWKHௐLWHPVௐLQFOXGHGௐ LQௐ\RXUௐSURSRVDO 1$)*ௐRIIHUVௐDQ\ௐDQGௐDOOௐPDQXIDFWXUHUௐVHUYLFHௐFRQWUDFWVௐIRUௐDOOௐPHPEHUVௐ7KHUHௐDUHௐVHYHUDOௐ SDUDPHWHUVௐLQௐZKLFKௐDௐVHUYLFHௐFRQWUDFWௐPD\ௐEHௐFXVWRPL]DEOHௐ7KHVHௐFXVWRPL]HGௐVHUYLFHௐ FRQWUDFWVௐZLOOௐEHௐWUHDWHGௐDVௐDGGௐIDFWRU\ௐRSWLRQVௐDQGௐIROORZLQJௐWKHௐVDPHௐGLVFRXQWௐVFKHGXOHௐ SURYLGHGௐLQௐWKHௐSULFLQJௐILOH  7DEOH%3HUIRUPDQFH6WDQGDUGVRU*XDUDQWHHV 'HVFULEHLQGHWDLO\RXUSHUIRUPDQFHVWDQGDUGVRUJXDUDQWHHVLQFOXGLQJFRQGLWLRQVDQGUHTXLUHPHQWVWRTXDOLI\FODLPVSURFHGXUHDQGRYHUDOOVWUXFWXUH<RXPD\ XSORDGUHSUHVHQWDWLYHVDPSOHVRI\RXUSHUIRUPDQFHPDWHULDOV LIDSSOLFDEOH LQWKHGRFXPHQWXSORDGVHFWLRQRI\RXUUHVSRQVHLQDGGLWLRQWRUHVSRQGLQJWRWKH TXHVWLRQVEHORZ /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐDQ\ௐSHUIRUPDQFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐ WKDWௐDSSO\ௐWRௐ\RXUௐVHUYLFHV 7KHௐRQO\ௐJXDUDQWHHௐZHௐFDQௐHYHUௐSURYLGHௐLVௐWKHௐJXDUDQWHHௐWKDWௐZHௐZLOOௐWUHDWௐDQGௐKHOSௐHYHU\ௐPHPEHUௐ WKDWௐFRQWDFWVௐZLWKௐUHVSHFWௐLQWHJULW\ௐDQGௐSURIHVVLRQDOLVP  'HVFULEHௐDQ\ௐVHUYLFHௐVWDQGDUGVௐRUௐJXDUDQWHHVௐWKDWௐ DSSO\ௐWRௐ\RXUௐVHUYLFHVௐ SROLFLHVௐPHWULFVௐ.3,VௐHWF 1$)*ௐDQGௐVWDIIௐXSKROGௐKLJKௐVWDQGDUGVௐZLWKௐKRZௐZHௐSURYLGHௐVHUYLFHௐWRௐWKHௐPHPEHUVௐQRWௐRQO\ௐKROGLQJௐ HDFKௐRWKHUௐDFFRXQWDEOHௐEXWௐE\ௐHPEUDFLQJௐPHPEHUௐIHHGEDFNௐRIௐKRZௐZHௐFDQௐLPSURYHௐ7KHQௐZHௐDFWௐ XSRQௐLWௐDQGௐLPSOHPHQWௐLPSURYHPHQWV  7DEOH3D\PHQW7HUPVDQG)LQDQFLQJ2SWLRQV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSD\PHQWௐWHUPVௐDQGௐDFFHSWHGௐSD\PHQWௐ PHWKRGV" 6WDQGDUGௐSD\PHQWௐWHUPVௐDUHௐ1HWௐௐZLWKௐDௐௐ±ௐGD\ௐJUDFHௐSHULRG  'HVFULEHௐDQ\ௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐDYDLODEOHௐIRUௐ XVHௐE\ௐHGXFDWLRQDOௐRUௐJRYHUQPHQWDOௐHQWLWLHV ௐ,QௐRUGHUௐWRௐSURYLGHௐOHDVLQJௐRUௐILQDQFLQJௐRSWLRQVௐ1$)*ௐKDVௐSDUWQHUHGௐZLWKௐ1DWLRQDOௐ&RRSHUDWLYHௐ/HDVLQJௐWRௐ RIIHUௐOHDVLQJௐWHUPVௐIRUௐ6RXUFHZHOOௐPHPEHUVௐIRUௐDOOௐ1$)*ௐTXRWHVௐXQGHUௐWKHௐ6RXUFHZHOOௐFRQWUDFWௐ)RUௐIXUWKHUௐ UHYLHZௐZHௐKDYHௐDWWDFKHGௐDௐ3')ௐFDOOHGௐ³1&/ௐ6DPSOHௐ/HDVH´ௐLQௐWKHௐ³0HPEHUௐ:DONௐ7KURXJK´ௐ=LSௐILOH   'HVFULEHௐDQ\ௐVWDQGDUGௐWUDQVDFWLRQௐGRFXPHQWVௐWKDWௐ\RXௐ SURSRVHௐWRௐXVHௐLQௐFRQQHFWLRQௐZLWKௐDQௐDZDUGHGௐFRQWUDFWௐ RUGHUௐIRUPVௐWHUPVௐDQGௐFRQGLWLRQVௐVHUYLFHௐOHYHOௐ DJUHHPHQWVௐHWF ௐ8SORDGௐDௐVDPSOHௐRIௐHDFKௐ DVௐ DSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐ UHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXS¶VௐWUDQVDFWLRQௐSURFHVVௐ 3XUFKDVHௐ2UGHU ௐLVௐFORVHO\ௐWUDFNHGௐZHOOௐGRFXPHQWHGௐDQGௐ QHDWO\ௐRUJDQL]HGௐWRௐPRQLWRUௐHDFKௐWUDQVDFWLRQௐSHUIRUPHGௐWKURXJKௐRXUௐ6RXUFHZHOOௐ&RQWUDFWௐ7KLVௐZD\ௐ1$)*ௐPD\ௐ SURGXFHௐVZLIWௐDQGௐDFFXUDWHௐTXDUWHUO\ௐUHSRUWLQJ  'Rௐ\RXௐDFFHSWௐWKHௐ3FDUGௐSURFXUHPHQWௐDQGௐSD\PHQWௐ SURFHVV"ௐ,IௐVRௐLVௐWKHUHௐDQ\ௐDGGLWLRQDOௐFRVWௐWRௐ 6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐIRUௐXVLQJௐWKLVௐSURFHVV" <HVௐ1$)*ௐDFFHSWVௐXSௐWRௐௐSHUௐYHKLFOHௐ+RZHYHUௐDQ\ௐGROODUௐDPRXQWௐKLJKHUௐWKDQௐௐZLOOௐUHTXLUHௐDௐ3 FDUGௐ&UHGLWௐ&DUGௐWUDQVDFWLRQDOௐIHHௐWKDWௐZRXOGௐEHௐSDVVHGௐRQWRௐWKHௐPHPEHU  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        714 7DEOH3ULFLQJDQG'HOLYHU\ 3URYLGHGHWDLOHGSULFLQJLQIRUPDWLRQLQWKHTXHVWLRQVWKDWIROORZEHORZ.HHSLQPLQGWKDWUHDVRQDEOHSULFHDQGSURGXFWDGMXVWPHQWVFDQEHPDGHGXULQJWKHWHUPRI DQDZDUGHG&RQWUDFWDVGHVFULEHGLQWKH5)3WKHWHPSODWH&RQWUDFWDQGWKH6RXUFHZHOO3ULFHDQG3URGXFW&KDQJH5HTXHVW)RUP /LQH ,WHP 4XHVWLRQ 5HVSRQVH  'HVFULEHௐ\RXUௐSULFLQJௐPRGHOௐ HJௐOLQHLWHPௐGLVFRXQWVௐRUௐSURGXFWFDWHJRU\ௐ GLVFRXQWV ௐ3URYLGHௐGHWDLOHGௐSULFLQJௐGDWDௐ LQFOXGLQJௐVWDQGDUGௐRUௐOLVWௐ SULFLQJௐDQGௐWKHௐ6RXUFHZHOOௐGLVFRXQWHGௐSULFH ௐRQௐDOOௐRIௐWKHௐLWHPVௐWKDWௐ\RXௐ ZDQWௐ6RXUFHZHOOௐWRௐFRQVLGHUௐDVௐSDUWௐRIௐ\RXUௐ5)3ௐUHVSRQVHௐ,IௐDSSOLFDEOHௐ SURYLGHௐDௐ6.8ௐIRUௐHDFKௐLWHPௐLQௐ\RXUௐSURSRVDOௐ8SORDGௐ\RXUௐSULFLQJௐ PDWHULDOVௐ LIௐDSSOLFDEOH ௐLQௐWKHௐGRFXPHQWௐXSORDGௐVHFWLRQௐRIௐ\RXUௐUHVSRQVH 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐLVௐRIIHULQJௐ/LQH,WHPௐ'LVFRXQWVௐ2IIௐ0DQXIDFWXUHௐ 6XJJHVWHGௐ5HWDLOௐ3ULFHௐIRUௐௐPDQXIDFWXUHUVௐWKDWௐLVௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ 1$)*ௐZLOOௐDOVRௐRIIHUௐDQ\ௐ8SILWVௐWRௐEHௐDGGHGௐWRௐDQ\ௐDQGௐDOOௐYHKLFOHV¶ௐWKDWௐPHPEHUVௐ ZLVKௐWRௐDGGௐ'HWDLOVௐDUHௐORFDWHGௐRQௐWKHௐ3ULFHௐ6XPPDU\ௐ3DJHௐLQௐWKHௐ3ULFHௐ)LOH  4XDQWLI\ௐWKHௐSULFLQJௐGLVFRXQWௐUHSUHVHQWHGௐE\ௐWKHௐSULFLQJௐSURSRVDOௐLQௐWKLVௐ UHVSRQVHௐ)RUௐH[DPSOHௐLIௐWKHௐSULFLQJௐLQௐ\RXUௐUHVSRQVHௐUHSUHVHQWVௐDௐ SHUFHQWDJHௐGLVFRXQWௐIURPௐ0653ௐRUௐOLVWௐVWDWHௐWKHௐSHUFHQWDJHௐRUௐ SHUFHQWDJHௐUDQJH 1$)*ௐKDVௐDQௐSURYLGHGௐRIIHULQJVௐIURPௐௐ%UDQGV2(06ௐDQGௐWKHUHௐUHVSHFWLYHௐ SHUFHQWDJHௐRIIௐYDU\ௐDQGௐDUHௐGHWDLOHGௐLQௐWKHௐ3ULFHௐ)LOHௐ]LSௐ (DFKௐ0DQXIDFWXUHௐ5DQJHௐLVௐGHWDLOHGௐLQௐWKHௐWDEVௐEHORZௐKHUHௐLVௐDQௐ RYHUYLHZௐௐௐௐௐௐௐௐௐௐௐௐ &KHYUROHWௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐௐ )RUGௐ0RWRUௐ&RPSDQ\ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ *0&ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 5DPௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 'RGJHௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ -HHSௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ &KU\VOHUௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 7R\RWDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ +RQGDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 1LVVDQௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %XLFNௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐ .LDௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ %0:ௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ &DGLOODFௐIURPௐௐWRௐௐௐௐௐௐௐௐௐௐௐௐௐௐ 9RONVZDJHQௐIURPௐௐWRௐௐ   'HVFULEHௐDQ\ௐTXDQWLW\ௐRUௐYROXPHௐGLVFRXQWVௐRUௐUHEDWHௐSURJUDPVௐWKDWௐ\RXௐ RIIHU ,IௐFOLHQWVௐDUHௐFRQVLGHULQJௐDQௐRUGHUௐRIௐௐRUௐPRUHௐXQLWVௐZHௐHQFRXUDJHௐPHPEHUVௐ WRௐFRQWDFWௐXVௐIRUௐDQ\ௐDGGLWLRQDOௐGLVFRXQWHGௐTXRWHV  3URSRVHௐDௐPHWKRGௐRIௐIDFLOLWDWLQJௐ³VRXUFHG´ௐSURGXFWVௐRUௐUHODWHGௐVHUYLFHVௐ ZKLFKௐPD\ௐEHௐUHIHUUHGௐWRௐDVௐ³RSHQௐPDUNHW´ௐLWHPVௐRUௐ³QRQVWDQGDUGௐ RSWLRQV´ௐ)RUௐH[DPSOHௐ\RXௐPD\ௐVXSSO\ௐVXFKௐLWHPVௐ³DWௐFRVW´ௐRUௐ³DWௐFRVWௐ SOXVௐDௐSHUFHQWDJH´ௐRUௐ\RXௐPD\ௐVXSSO\ௐDௐTXRWHௐIRUௐHDFKௐVXFKௐUHTXHVW ³2SHQௐ0DUNHW´ௐSURGXFWVௐRUௐ³6RXUFHGௐ*RRGV´ௐZLOOௐEHௐFRQVLGHUHGௐDQGௐWUHDWHGௐDVௐ UHJXODUௐXSILWVௐ+RZHYHUௐWKH\ௐPD\ௐEHௐTXRWHGௐXSௐWRௐDௐௐPDUNௐXSௐLIௐDSSOLFDEOH  ,GHQWLI\ௐDQ\ௐHOHPHQWௐRIௐWKHௐWRWDOௐFRVWௐRIௐDFTXLVLWLRQௐWKDWௐLVௐ127ௐLQFOXGHGௐ LQௐWKHௐSULFLQJௐVXEPLWWHGௐZLWKௐ\RXUௐUHVSRQVHௐ7KLVௐLQFOXGHVௐDOOௐDGGLWLRQDOௐ FKDUJHVௐDVVRFLDWHGௐZLWKௐDௐSXUFKDVHௐWKDWௐDUHௐQRWௐGLUHFWO\ௐLGHQWLILHGௐDVௐ IUHLJKWௐRUௐVKLSSLQJௐFKDUJHVௐ)RUௐH[DPSOHௐOLVWௐFRVWVௐIRUௐLWHPVௐOLNHௐSUH GHOLYHU\ௐLQVSHFWLRQௐLQVWDOODWLRQௐVHWௐXSௐPDQGDWRU\ௐWUDLQLQJௐRUௐLQLWLDOௐ LQVSHFWLRQௐ,GHQWLI\ௐDQ\ௐSDUWLHVௐWKDWௐLPSRVHௐVXFKௐFRVWVௐDQGௐWKHLUௐ UHODWLRQVKLSௐWRௐWKHௐ3URSRVHU $OOௐFRQVLGHUDWLRQVௐKDYHௐDOUHDG\ௐEHHQௐWDNHQௐLQWRௐDFFRXQWௐLQௐLWVௐHQWLUHO\ௐ7KHௐ3ULFHௐ 6XPPDU\ௐ3DJHௐDQGௐ3ULFHௐ7DEOHௐFRQWDLQHGௐLQௐWKHௐSULFHௐILOHௐLQFOXGHVௐDOOௐFRQVLGHUHGௐ FRVWVௐ$OWKRXJKௐLIௐDௐPHPEHUௐUHTXHVWHGௐDௐVSHFLDOL]HGௐTXRWHௐIRUௐDௐXQLTXHௐVLWXDWLRQௐ WKDWௐUHTXLUHVௐVSHFLDOௐWUDLQLQJௐGLUHFWLRQௐRUௐLQVWDOODWLRQௐWKHௐDGGLWLRQDOௐFRVWVௐZRXOGௐEHௐ DGGHGௐDVௐDௐSDUWௐRIௐWKHௐXSILWௐDQGௐWKHQௐLQFOXGHGௐLQVLGHௐWKHௐPHPEHU¶VௐTXRWH   ,IௐIUHLJKWௐGHOLYHU\ௐRUௐVKLSSLQJௐLVௐDQௐDGGLWLRQDOௐFRVWௐWRௐWKHௐ6RXUFHZHOOௐ SDUWLFLSDWLQJௐHQWLW\ௐGHVFULEHௐLQௐGHWDLOௐWKHௐFRPSOHWHௐIUHLJKWௐVKLSSLQJௐDQGௐ GHOLYHU\ௐSURJUDP $OOௐPDQXIDFWXUHVௐFKDUJHௐDௐVWDQGDUGௐ³)DFWRU\ௐ'HVWLQDWLRQௐ&KDUJH´ௐ+RZHYHUௐWKDWௐLVௐ VHSDUDWHௐIURPௐWKHௐIUHLJKWGHVWLQDWLRQௐFRVWௐWKDWௐPHPEHUVௐPD\ௐLQFXUௐWRௐVKLSௐDௐYHKLFOHௐ WRௐDQGௐIURPௐDQௐLQVWDOOHUௐLIௐDSSOLFDEOHௐ7KHVHௐVXEVHTXHQWௐORFDWLRQDOௐPRYHPHQWVௐPD\ௐ EDUHௐDGGLWLRQDOௐIUHLJKWௐFRVWVௐWKDWௐZLOOௐEHௐRXWOLQHGௐZLWKLQௐWKHௐPHPEHUVௐTXRWHௐIRUௐ WKHLUௐUHYLHZௐSULRUௐWRௐSXUFKDVH   6SHFLILFDOO\ௐGHVFULEHௐIUHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐRUௐSURJUDPVௐ DYDLODEOHௐIRUௐ$ODVNDௐ+DZDLLௐ&DQDGDௐRUௐDQ\ௐRIIVKRUHௐGHOLYHU\ )UHLJKWௐVKLSSLQJௐDQGௐGHOLYHU\ௐWHUPVௐDPRQJௐWKHVHௐUHJLRQVௐVRPHWLPHVௐFDUU\ௐ DGGLWLRQDOௐORJLVWLFDOௐFKDUJHVௐIRUௐDGGHGௐIHUU\ௐSRUWௐDQGௐGULYHUௐFRVWVௐIURPௐERWKௐWRௐDQGௐ IURPௐWKHௐPDLQODQGௐ7KHVHௐDGGHGௐFRVWVௐZLOOௐEHௐGLVFORVHGௐRQௐWKHௐTXRWHௐIRUௐ PHPEHUVௐWRௐUHYLHZௐDQGௐDSSURYHௐSULRUௐWRௐSXUFKDVH   'HVFULEHௐDQ\ௐXQLTXHௐGLVWULEXWLRQௐDQGRUௐGHOLYHU\ௐPHWKRGVௐRUௐRSWLRQVௐ RIIHUHGௐLQௐ\RXUௐSURSRVDO 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐDOUHDG\ௐKDVௐDௐZHOOHVWDEOLVKHGௐ$XWRPRELOHௐ)UDQFKLVHௐ 'LVWULEXWLRQௐ1HWZRUNௐWKDWௐDOORZVௐIRUௐVZLIWௐDQGௐUHODWLYHO\ௐVHDPOHVVௐGHOLYHU\ௐWRௐ PHPEHUVௐDQGௐWKHLUௐHQGௐXVHUV  7DEOH3ULFLQJ2IIHUHG /LQH ,WHP 7KH3ULFLQJ2IIHUHGLQWKLV3URSRVDOLV &RPPHQWV  FEHWWHUWKDQWKH3URSRVHUW\SLFDOO\RIIHUVWR*32VFRRSHUDWLYHSURFXUHPHQWRUJDQL]DWLRQVRUVWDWHSXUFKDVLQJGHSDUWPHQWV 1$)*ௐ6WULYHVௐWRௐRIIHUௐWKHௐEHVWௐ RYHUDOOௐYDOXHௐWRௐWKHௐPHPEHUௐZLWKௐ HDFKௐDQGௐHYHU\ௐTXRWH Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        715 7DEOH$XGLWDQG$GPLQLVWUDWLYH)HH /LQH ,WHP 4XHVWLRQ 5HVSRQVH  6SHFLILFDOO\ௐGHVFULEHௐDQ\ௐVHOIDXGLWௐSURFHVVௐRUௐSURJUDPௐWKDWௐ\RXௐSODQௐWRௐHPSOR\ௐ WRௐYHULI\ௐFRPSOLDQFHௐZLWKௐ\RXUௐSURSRVHGௐ&RQWUDFWௐZLWKௐ6RXUFHZHOOௐ7KLVௐSURFHVVௐ LQFOXGHVௐHQVXULQJௐWKDWௐ6RXUFHZHOOௐSDUWLFLSDWLQJௐHQWLWLHVௐREWDLQௐWKHௐSURSHUௐSULFLQJௐ WKDWௐWKHௐ9HQGRUௐUHSRUWVௐDOOௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐHDFKௐTXDUWHUௐDQGௐWKDWௐWKHௐ 9HQGRUௐUHPLWVௐWKHௐSURSHUௐDGPLQLVWUDWLYHௐIHHௐWRௐ6RXUFHZHOOௐ3URYLGHௐVXIILFLHQWௐGHWDLOௐ WRௐVXSSRUWௐ\RXUௐDELOLW\ௐWRௐUHSRUWௐTXDUWHUO\ௐVDOHVௐWRௐ6RXUFHZHOOௐDVௐGHVFULEHGௐLQௐWKHௐ &RQWUDFWௐWHPSODWH 6RXUFHZHOOௐSDUWLFLSDWLQJௐPHPEHUVௐDUHௐDEOHௐWRௐREWDLQௐSURSHUௐSULFLQJௐGLUHFWO\ௐ IURPௐRXUௐZHEVLWHௐZKHUHௐWKH\ௐDUHௐDEOHௐWRௐXVHௐRXUௐXVHUIULHQGO\ௐGHVLJQௐWRௐ EXLOGௐDQGௐSULFHௐWKHLUௐYHKLFOHVௐ7KHௐ1$)*ௐLVௐXSGDWHGௐGDLO\ௐWRௐUHIOHFWௐ XSGDWHGௐPDQXIDFWXUHUௐ0653ௐLQIRUPDWLRQௐ2XUௐV\VWHPௐZLOOௐSURYLGHௐPHPEHUVௐ ZLWKௐDQௐDFFXUDWHௐTXRWHௐௐRIௐWKHௐWLPHௐ,QௐDGGLWLRQௐ1$)*ௐKDVௐDௐ VWUHDPௐOLQHௐDQGௐRUJDQL]HGௐSURFHVVௐKDWௐFDOFXODWHVௐDGPLQLVWUDWLYHௐIHHVௐDQGௐ DOORZVௐ1$)*ௐWRௐJLYHௐDௐWXUQDURXQGௐWLPHௐRIௐௐ±ௐௐGD\VௐIRUௐTXDUWHUO\ௐ UHSRUWV   ,Iௐ\RXௐDUHௐDZDUGHGௐDௐFRQWUDFWௐSURYLGHௐDௐIHZௐH[DPSOHVௐRIௐLQWHUQDOௐPHWULFVௐWKDWௐ ZLOOௐEHௐWUDFNHGௐWRௐPHDVXUHௐZKHWKHUௐ\RXௐDUHௐKDYLQJௐVXFFHVVௐZLWKௐWKHௐFRQWUDFW 2QHௐRIௐWKHௐLQWHUQDOௐPHWULFVௐ1$)*ௐXVHVௐWRௐWUDFNௐDQGௐPHDVXUHௐVXFFHVVௐ ZLWKௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLVௐPDLQWDLQHGௐWKURXJKௐRXUௐZHEVLWHௐ2XUௐ ZHEVLWHௐNHHSVௐDௐGHWDLOHGௐORJௐRIௐTXRWHVௐWKDWௐPHPEHUVௐDUHௐJHQHUDWLQJௐ:Hௐ RYHUVHHௐDQGௐNHHSௐWUDFNௐRIௐKRZௐPDQ\ௐTXRWHVௐDUHௐEHLQJௐJHQHUDWHGௐDQGௐ ZKLFKௐTXRWHVௐDUHௐPHWௐZLWKௐDௐSXUFKDVHௐRUGHUௐ(YHU\ௐPRQWKௐZHௐHYDOXDWHௐRXUௐ VDOHVௐLQGLFDWRUVௐDQGௐFORVHO\ௐPRQLWRUௐWKHௐYROXPHௐDQGௐIUHTXHQF\ௐRIௐVDOHVௐ 2QHௐH[DPSOHௐLVௐE\ௐHYDOXDWLQJௐZKLFKௐPHPEHUVௐDUHௐSXUFKDVLQJௐIURPௐRXUௐ SODWIRUPௐ±ௐQHZௐPHPEHUVௐRUௐIUHTXHQWௐPHPEHUVௐWRௐHQVXUHௐZHௐDUHௐJURZLQJௐ RXUௐPHPEHUௐEDVHௐ:HௐXVHௐWKHVHௐPHWULFVௐWRௐPHDVXUHௐRXUௐSURMHFWHGௐJURZWKௐ UDWHௐDQGௐZRUNௐWRௐH[FHHGௐRXUௐH[SHFWDWLRQV   ,GHQWLI\ௐDௐSURSRVHGௐDGPLQLVWUDWLYHௐIHHௐWKDWௐ\RXௐZLOOௐSD\ௐWRௐ6RXUFHZHOOௐIRUௐ IDFLOLWDWLQJௐPDQDJLQJௐDQGௐSURPRWLQJௐWKHௐ6RXUFHZHOOௐ&RQWUDFWௐLQௐWKHௐHYHQWௐWKDWௐ \RXௐDUHௐDZDUGHGௐDௐ&RQWUDFWௐௐ7KLVௐIHHௐLVௐW\SLFDOO\ௐFDOFXODWHGௐDVௐDௐSHUFHQWDJHௐRIௐ 9HQGRU¶VௐVDOHVௐXQGHUௐWKHௐ&RQWUDFWௐRUௐDVௐDௐSHUXQLWௐIHHௐLWௐLVௐQRWௐDௐOLQHLWHPௐ DGGLWLRQௐWRௐWKHௐ0HPEHU¶VௐFRVWௐRIௐJRRGVௐ 6HHௐWKHௐ5)3ௐDQGௐWHPSODWHௐ&RQWUDFWௐIRUௐ DGGLWLRQDOௐGHWDLOV 1$)*ௐZLOOௐVXEPLWௐௐௐSHUௐYHKLFOHௐSXUFKDVHGௐWKURXJKௐ1$)*ௐDQGௐௐௐ SHUௐYHKLFOHௐSXUFKDVHGௐWKRXJKௐRXUௐSDUWQHUௐGHDOHUௐ$ODQௐ-D\ௐ$XWRPRWLYHௐ)RUௐ WKHௐSXUSRVHௐRIௐDQௐDGPLQௐIHHௐWKHUHௐDUHௐQRௐRWKHUௐSDUWQHUௐGHDOHUௐJURXSVௐ FRQVLGHUHG 7DEOH$'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV /LQH ,WHP 4XHVWLRQ 5HVSRQVH  3URYLGHௐDௐGHWDLOHGௐGHVFULSWLRQௐRIௐWKHௐHTXLSPHQWௐ SURGXFWVௐDQGௐVHUYLFHVௐWKDWௐ\RXௐDUHௐRIIHULQJௐLQௐ\RXUௐ SURSRVDO 1$)*ௐKDVௐSURYLGHGௐDௐ³0RGHOௐ5ROOௐ2XW´ௐ&KDUWVௐLQௐWKHௐ³3ULFHௐ)LOH´ௐ]LSௐEXWௐRIௐWKHௐௐPDQXIDFWXUHUVௐZHௐ UHSUHVHQWௐWKH\ௐKDYHௐRYHUௐௐPDNHVௐDQGௐPRGHOVௐIRUௐPHPEHUVௐWRௐFKRRVHௐIURPௐWKDWௐUDQJHௐIURPௐ&ODVVௐ ௐDQGௐVXSSRUWLQJௐ&ODVVௐௐ&DEௐDQGௐ&KDVVLVௐWUXFNVௐ1$)*¶VௐSODWIRUPVௐFDQௐDGGௐDQ\ௐXSILWௐRIௐWKHLUௐ FKRRVLQJௐUDQJLQJௐIURPௐWRROER[HVௐWRௐ/LQHௐ0HFKDQLFௐ%RGLHVௐ$Q\ௐDQGௐDOOௐXSILWVௐFDQௐEHௐDGGHGௐWRௐDQ\ௐ RQHௐRIௐRXUௐYHKLFOHVௐWKURXJKௐRQHௐRIௐRXUௐXSILWௐSDUWQHUௐVXSSOLHUVௐRUௐE\ௐDQௐXSILWௐVXSSOLHUௐRIௐWKHௐPHPEHUVௐ FKRRVLQJௐ1$)*ௐDQGௐWKHௐVXSSOLHUௐZLOOௐZRUNௐWRJHWKHUௐWRௐVXSSO\ௐPHPEHUVௐZLWKௐWXUQNH\ௐTXRWHV   :LWKLQௐWKLVௐ5)3ௐFDWHJRU\ௐWKHUHௐPD\ௐEHௐVXEFDWHJRULHVௐ RIௐVROXWLRQVௐ/LVWௐVXEFDWHJRU\ௐWLWOHVௐWKDWௐEHVWௐGHVFULEHௐ \RXUௐSURGXFWVௐDQGௐVHUYLFHV 1DWLRQDOௐ$XWRௐ)OHHWௐ*URXSௐOLVWVௐWKHௐPDNHVௐDQGௐPRGHOVௐRIௐDOOௐௐPDQXIDFWXUHUVௐZHௐUHSUHVHQWௐXQGHUௐWKHௐ =,3ௐ)LOHௐ³$OOௐௐ0DQXIDFWXUHV´ௐௐ7KHVHௐௐ2(0VௐPDNHௐXSௐRYHUௐௐFRPELQHGௐPDNHVௐPRGHOVௐDQGௐ HQJLQHௐFRPELQDWLRQVௐIRUௐPHPEHUVௐWRௐVHOHFWௐIURPௐDORQJௐZLWKௐVHYHUDOௐVXEWLWOHௐ³8SILWV´ௐGHWDLOHGௐIRUௐ PHPEHUVௐLQௐWKHௐSULFHௐILOH  7DEOH%'HSWKDQG%UHDGWKRI2IIHUHG(TXLSPHQW3URGXFWVDQG6HUYLFHV ,QGLFDWHEHORZLIWKHOLVWHGW\SHVRUFODVVHVRIHTXLSPHQWSURGXFWVDQGVHUYLFHVDUHRIIHUHGZLWKLQ\RXUSURSRVDO3URYLGHDGGLWLRQDOFRPPHQWVLQWKHWH[WER[ SURYLGHGDVQHFHVVDU\ /LQH,WHP &DWHJRU\RU7\SH 2IIHUHG &RPPHQWV  $XWRPRELOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  6SRUWௐ8WLOLW\ௐ9HKLFOHV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  9DQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  7UXFNV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  9HKLFOHVௐGHVFULEHGௐLQௐ/LQHVௐௐDERYHௐIRUௐ3XEOLFௐ6DIHW\ௐ DSSOLFDWLRQV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  &RQYHQWLRQDOௐLQWHUQDOௐFRPEXVWLRQௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  1DWXUDOௐJDVௐRUௐSURSDQHௐDXWRJDVௐK\EULGௐRUௐDOWHUQDWLYHௐIXHOௐ PRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV  (OHFWULFௐSRZHUHGௐPRGHOV <HV 1R ௐ0DQXIDFWXUHUVௐWRWDOLQJௐZHOOௐDERYHௐௐ PDNHVௐDQGௐPRGHOV Bid Number: RFP 091521 Vendor Name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³0DUNHWLQJ3ODQ´ 3ULFLQJ1$)*3ULFH)LOHIRU%LG]LS0RQGD\6HSWHPEHU )LQDQFLDO6WUHQJWKDQG6WDELOLW\0DUNHW6XFFHVVDQG)LQDQFLDO6WDELOLW\]LS0RQGD\6HSWHPEHU 0DUNHWLQJ3ODQ6DPSOHV0DUNHWLQJ3ODQ&RPSUHVVHG]LS7XHVGD\6HSWHPEHU :0%(0%(6%(RU5HODWHG&HUWLILFDWHV,QVXUDQFHDQG5HODWHG'RFXPHQWV]LS7XHVGD\6HSWHPEHU :DUUDQW\,QIRUPDWLRQ:DUUDQWLHV5)3]LS7XHVGD\6HSWHPEHU 6WDQGDUG7UDQVDFWLRQ'RFXPHQW6DPSOHV6WDQGDUG7UDQVDFWLRQ]LS0RQGD\6HSWHPEHU 8SORDG$GGLWLRQDO'RFXPHQW$//0DNHVDQG8SILWV]LS7XHVGD\6HSWHPEHU Bid Number: RFP 091521 Vendor Name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¶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³6SHFLDOO\'HVLJQDWHG1DWLRQDOVDQG%ORFNHG3HUVRQV´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¶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id Number: RFP 091521 Vendor Name: 72 HOUR LLC        718 &KHFNWKHER[LQWKHFROXPQ,KDYHUHYLHZHGWKLVDGGHQGXPEHORZWRDFNQRZOHGJHHDFKRIWKHDGGHQGD )LOH1DPH ,KDYHUHYLHZHGWKH EHORZDGGHQGXPDQG DWWDFKPHQWV LI DSSOLFDEOH 3DJHV $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B :HG6HSWHPEHU30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7XH6HSWHPEHU30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 0RQ$XJXVW$0  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 6XQ$XJXVW30  $GGHQGXPBB$XWRVB689VB9DQVB7UXFNVB5)3B 7KX$XJXVW30  Bid Number: RFP 091521 Vendor Name: 72 HOUR LLC        719 2025 Model Year Price Schedule CONTRACT # 5179-MY25 5330 US HWY 27 SOUTH, SEBRING FL 33870 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com Ben.Rotz@AlanJay.com chris.wilson@alanjay.com scott.wilson@alanjay.com 720 July 2023 Market Update: Is there light at the end of the tunnel? With the open of 2024 order banks, the auto industry appears to be emerging from the global supply chain shortages. We are being provided a positive outlook by some of our manufacturers while others are having a more difficult time. o Toyota – Good allocation for full product line of 2024 vehicles, pricing to be released in August/September. o Nissan – Good allocation for full product line of 2024 vehicles, all pricing is currently available o Ford – Good allocation for full product lie of 2024 vehicles, all pricing is currently available. Every vehicle order will have to be approved through the Ford Order Verification Program (FOVP). This requires a signed quote and Letter of Intent or a Signed PO for every order placed. o Stellantis (Chrysler, Dodge, JEEP, RAM) – We will have limited offerings, but most pricing is currently available. Unfortunately, we will not have access to Promaster nor 3500/4500/5500 Chassis for municipal fleet once again for 2024 production. o General Motors – The entire product line from GM is on what has been termed controlled allocation. This is unprecedented ideology in municipal fleet as we have never worried about allocation. As GM’s largest volume municipal dealer in the US, Alan Jay is working diligently to obtain as much allocation as possible to fill your agency’s needs. Though many GM vehicles have pricing released for 2024, we are still awaiting others. The following is listing of 2024 production vehicles and associated equipment in conformance with our Sourcewell bid award. Please note that all models listed are not currently available & those without pricing indicated have yet to be published. Updates with additional pricing will follow. “With willing hearts and skillful hands, the difficult we do at once, the impossible takes a bit longer." - SeaBees 721 CITY OF TALLAHASSEE FLEET MANAGEMENT ADMINISTRATION 400 DUPREE STREET JEFF SHEPARD ROGER GODWIN WALTER KIRKLAND MICHAEL JACKSON LAKETRA LOFTON TALLAHASSEE, FL 32304 Director Superintendent Transit Service Manager Parts & Fuel Manager Administrative Supervisor Main line: (850) 891-5220 Fax: (850) 891-5330 January 14, 2022 Scott Wilson Alan Jay Fleet Sales 5330 US Hwy 27 South PO Box 9200 Sebring, Florida 33871 Re: Notice of Award to Alan Jay Automotive Management, Inc. d/b/a Alan Jay Fleet Sales City of Tallahassee RFP No. 096-21-KM for Municipal Vehicles Cars, Vans, SUVs & Light Trucks Contract No. 5179 Dear Scott: This letter confirms that the proposal submitted by Alan Jay Automotive Management, Inc. d/b/a Alan Jay Fleet Sales which includes Alan Jay Ford in response to RFP 096-21-KM was accepted and awarded as of October 18, 2021. The City of Tallahassee has entered into an agreement with Alan Jay Automotive, Inc. under Agreement No. 5179 dated January 13, 2022, for New Municipal Vehicles, Cars, Vans, SUVs, and Light Trucks. Alan Jay Automotive continues to be informative while providing professional and friendly service. We look forward to working with you and your team under the new Contract. Please let me know if you need any additional information and/or documentation. Best regards, Jeff Shepard Jeff Shepard Fleet Management Director JS/kc 722 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 1MF26 2FL 2025 CHEVY BLAZER EV AWD 9C1 MARKED POLICE $55,000 $54,165 2 1MF26 2FL 2025 CHEVY BLAZER EV AWD 9C3 DETECTIVE POLICE $54,600 $53,771 3 CC10706 1FL 2025 CHEVY TAHOE 2WD 9C1 POLICE $52,500 $50,762 6 CK10706 1FL 2025 CHEVY TAHOE 4WD 9C1 POLICE $55,500 $53,675 9 CK10706 1FL 2025 CHEVY TAHOE 4WD 5W4 SSV $55,600 $53,772 16 1ZC69 1FL 2025 CHEVY MALIBU FWD LS FL $24,700 $23,900 17 1ZC69 1LS 2025 CHEVY MALIBU FWD LS $25,800 $25,000 18 1ZD69 1LT 2025 CHEVY MALIBU FWD LT $28,100 $27,299 19 1ZF69 2LT 2025 CHEVY MALIBU FWD 2LT $31,500 $30,697 20 1ZS69 1SP 2025 CHEVY MALIBU FWD RS $26,800 $24,930 21 1TR58 1LS 2025 CHEVY TRAX FWD LS $20,400 $20,827 22 1TU58 1LT 2025 CHEVY TRAX FWD LT $22,500 $22,925 23 1TR56 1LS 2025 CHEVY TRAILBLAZER FWD LS $23,100 $22,948 24 1TU56 1LT 2025 CHEVY TRAILBLAZER FWD LT $24,300 $24,147 25 1TS56 1SA 2025 CHEVY TRAILBLAZER FWD ACTIV $27,700 $27,544 26 1TV56 1LS 2025 CHEVY TRAILBLAZER AWD LS $25,100 $24,947 27 1TW56 1LT 2025 CHEVY TRAILBLAZER AWD LT $26,300 $26,146 28 1TW56 1SA 2025 CHEVY TRAILBLAZER AWD ACTIV $29,300 $29,144 29 1PT26 1LT 2025 CHEVY EQUINOX FWD LT $28,600 $27,496 30 1PR26 XDB 2025 CHEVY EQUINOX FWD ACTIV $33,000 $31,845 31 1PS26 1RS 2025 CHEVY EQUINOX FWD RS $33,000 $31,878 32 1PT26 2LT 2025 CHEVY EQUINOX AWD LT $30,600 $29,472 33 1PR26 KDZ 2025 CHEVY EQUINOX AWD ACTIV $35,000 $33,823 34 1PS26 2RS 2025 CHEVY EQUINOX AWD RS $35,000 $33,823 35 1MM48 2RS 2025 CHEVY Equinox EV FWD RS $43,400 $42,716 36 1MB48 2LT 2025 CHEVY Equinox EV FWD LT $33,600 $33,043 37 1NK26 2LT 2025 CHEVY BLAZER FWD LT $35,400 $33,942 38 1NR26 2LT 2025 CHEVY BLAZER AWD LT $38,100 $36,612 39 1NK26 3LT 2025 CHEVY BLAZER FWD LT $39,300 $37,798 40 1NR26 3LT 2025 CHEVY BLAZER AWD LT $42,000 $40,468 41 1NL26 RS 2025 CHEVY BLAZER FWD RS $42,800 $41,258 42 1NS26 RS 2025 CHEVY BLAZER AWD RS $45,700 $44,125 CHEVY 723 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 43 1MC26 2LT 2025 CHEVY BLAZER EV AWD LT $47,600 $46,862 44 1MD26 RS 2025 CHEVY BLAZER EV AWD RS $52,900 $52,093 45 1LB56 1LT 2025 CHEVY TRAVERSE FWD LT $40,600 $41,201 46 1LB56 2LT 2025 CHEVY TRAVERSE AWD LT $42,600 $43,179 47 1LD56 1LZ 2025 CHEVY TRAVERSE FWD HIGH COUNTRY $53,600 $54,054 48 1LD56 2LZ 2025 CHEVY TRAVERSE AWD HIGH COUNTRY $55,600 $56,032 49 CK10706 1FL 2025 CHEVY TAHOE 4WD COMMERCIAL $59,400 $57,992 50 CC10706 1LS 2025 CHEVY TAHOE 2WD LS $58,500 $58,192 51 CK10706 1LS 2025 CHEVY TAHOE 4WD LS $61,500 $61,160 52 CC10706 1LT 2025 CHEVY TAHOE 2WD LT $61,700 $61,358 53 CK10706 1LT 2025 CHEVY TAHOE 4WD LT $64,700 $64,325 54 CC10706 1LZ 2025 CHEVY TAHOE 2WD PREMIER $73,100 $72,636 55 CK10706 1LZ 2025 CHEVY TAHOE 4WD PREMIER $76,100 $75,603 56 CC10706 1SP 2025 CHEVY TAHOE 2WD RST $66,500 $66,107 57 CK10706 1SP 2025 CHEVY TAHOE 4WD RST $69,500 $69,074 58 CK10706 2Z7 2025 CHEVY TAHOE 4WD Z71 $68,500 $68,085 59 CC10906 1LS 2025 CHEVY SUBURBAN 1500 2WD LS $61,500 $60,649 60 CK10906 1LS 2025 CHEVY SUBURBAN 1500 4WD LS $64,500 $63,617 61 CC10906 1LT 2025 CHEVY SUBURBAN 1500 2WD LT $64,700 $63,815 62 CK10906 1LT 2025 CHEVY SUBURBAN 1500 4WD LT $67,700 $66,783 63 CC10906 1LZ 2025 CHEVY SUBURBAN 1500 2WD PREMIER $76,100 $75,093 64 CK10906 1LZ 2025 CHEVY SUBURBAN 1500 4WD PREMIER $79,100 $78,060 65 CC10906 1SP 2025 CHEVY SUBURBAN 1500 2WD RST $69,500 $66,409 66 CK10906 1SP 2025 CHEVY SUBURBAN 1500 4WD RST $72,500 $71,531 67 CK10906 2Z7 2025 CHEVY SUBURBAN 1500 4WD Z71 $71,500 $70,542 68 CG23405 1WT 2025 CHEVY EXPRESS CARGO 2500 RWD 135" WB (NO REAR GLASS)$41,800 $38,484 69 CG23705 1WT 2025 CHEVY EXPRESS CARGO 2500 RWD 155" WB (NO REAR GLASS)$43,700 $40,305 72 CG33405 1WT 2025 CHEVY EXPRESS CARGO 3500 RWD 135" WB (NO REAR GLASS)$45,750 $41,844 73 CG33705 1WT 2025 CHEVY EXPRESS CARGO 3500 RWD 155" WB (NO REAR GLASS)$46,550 $42,612 76 CG23406 1LS 2025 CHEVY EXPRESS PASSENGER 2500 RWD 135" WB (12-PASSENGER BASE)$47,350 $43,590 78 CG23406 1LT 2025 CHEVY EXPRESS PASSENGER 2500 RWD 135" WB (12-PASSENGER BASE)$51,345 $45,549 80 CG33406 1LS 2025 CHEVY EXPRESS PASSENGER 3500 RWD 135" WB (12-PASSENGER BASE)$48,550 $44,316 CHEVY 724 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 82 CG33706 1LS 2025 CHEVY EXPRESS PASSENGER 3500 RWD 155" WB (12-PASSENGER BASE)$49,350 $45,506 84 CG33406 1LT 2025 CHEVY EXPRESS PASSENGER 3500 RWD 135" WB (12-PASSENGER BASE)$52,145 $45,902 86 CG33706 1LT 2025 CHEVY EXPRESS PASSENGER 3500 RWD 155" WB (12-PASSENGER BASE)$52,945 $47,092 88 CG33503 1WT 2025 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD SRW 139" WB 9,900 GVWR $36,950 $33,413 89 CG33803 1WT 2025 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD SRW 159" WB 10,050 GVWR $38,500 $34,898 90 CG33903 1WT 2025 CHEVY EXPRESS 3500 COMMERCIAL CUTAWAY RWD DRW 177" WB 12,300 GVWR $38,650 $35,041 92 CG33803 2WT 2025 CHEVY EXPRESS 4500 COMMERCIAL CUTAWAY RWD DRW 159" WB 14,200 GVWR $40,800 $37,102 93 CG33903 2WT 2025 CHEVY EXPRESS 4500 COMMERCIAL CUTAWAY RWD DRW 177" WB 14,200 GVWR $41,450 $37,724 94 CT35843 2WT 2025 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 2WT STD RANGE 5' BED $57,000 $56,769 95 CT35843 5WT 2025 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 5WT EXT RANGE 5' BED $69,400 $69,008 96 CT35843 8WT 2025 CHEVY SILVERADO EV CREW CAB PICKUP 4WD 8WT MAX RANGE 5' BED $77,700 $77,200 97 CC10703 1WT 2025 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 2WD WT 6.5' BED $37,000 $37,057 98 14C43 2WT 2025 CHEVY COLORADO CREW CAB PICKUP 2WD 131" WB WT 5' BED 23" CA $31,900 $31,628 99 14C43 4WT 2025 CHEVY COLORADO CREW CAB PICKUP 4WD 131" WB WT 5' BED 23" CA $35,200 $34,830 100 CK10703 1WT 2025 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 4WD WT 6.5' BED $41,600 $40,997 101 CC10903 1WT 2025 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 2WD WT 8' BED $37,200 $37,256 103 CK10903 1WT 2025 CHEVY SILVERADO 1500 REGULAR CAB PICKUP 4WD WT 8' BED $41,800 $41,196 105 CC10753 1WT 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD WT 6.5' BED $40,300 $38,418 107 CK10753 1WT 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD WT 6.5' BED $43,600 $41,063 109 CC10753 1CX 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD CUSTOM 6.5' BED $43,600 $41,239 110 CK10753 1CX 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD CUSTOM 6.5' BED $46,900 $43,849 111 CC10753 1LT 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 2WD LT 6.5' BED $48,100 $45,159 114 CK10753 1LT 2025 CHEVY SILVERADO 1500 DOUBLE CAB PICKUP 4WD LT 6.5' BED $51,400 $47,733 117 CC10543 1WT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD WT 5.5' BED $42,700 $40,702 119 CC10543 1CX 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD CUSTOM 5.5' BED $45,900 $43,398 120 CC10543 1LT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LT 5.5' BED $50,500 $47,391 123 CC10543 1LZ 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LTZ 5.5' BED $57,700 $54,410 124 CK10543 1WT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD WT 5.5' BED $46,000 $43,347 126 CK10543 1CX 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD CUSTOM 5.5' BED $49,300 $46,107 127 CK10543 1LT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LT 5.5' BED $53,800 $49,966 130 CK10543 1LZ 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LTZ 5.5' BED $61,000 $58,904 131 CC10743 1WT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD WT 6.5' BED $43,000 $41,001 CHEVY 725 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 132 CK10743 1WT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD WT 6.5' BED $46,300 $43,646 134 CK10743 1CX 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD CUSTOM 6.5' BED $50,245 $45,131 136 CC10743 1LT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 2WD LT 6.5' BED $50,800 $47,684 139 CK10743 1LT 2025 CHEVY SILVERADO 1500 CREW CAB PICKUP 4WD LT 6.5' BED $54,100 $50,258 142 CC20903 1WT 2025 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 2WD WT 8' BED $45,300 $43,804 144 CC20903 1LT 2025 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 2WD LT 8' BED $49,100 $47,003 146 CK20903 1WT 2025 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 4WD WT 8' BED $48,100 $45,906 148 CK20903 1LT 2025 CHEVY SILVERADO 2500HD REGULAR CAB PICKUP 4WD LT 8' BED $51,900 $49,076 150 CC20753 1WT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD WT 6.5' BED $47,000 $44,293 152 CC20753 1LT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD LT 6.5' BED $51,100 $47,765 154 CK20753 1WT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD WT 6.5' BED $49,800 $46,395 156 CK20753 1LT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD LT 6.5' BED $53,900 $49,837 158 CC20953 1WT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD WT 8' BED $47,200 $44,489 160 CC20953 1LT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 2WD LT 8' BED $51,300 $47,959 162 CK20953 1WT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD WT 8' BED $50,000 $46,591 164 CK20953 1LT 2025 CHEVY SILVERADO 2500HD DOUBLE CAB PICKUP 4WD LT 8' BED $54,100 $50,031 166 CC20743 1WT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD WT 6.5' BED $48,800 $46,271 168 CC20743 1LT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD LT 6.5' BED $52,900 $49,724 170 CK20743 1WT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD WT 6.5' BED $51,600 $48,373 172 CK20743 1LT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD LT 6.5' BED $55,700 $51,796 174 CC20943 1WT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD WT 8' BED $49,000 $46,467 176 CC20943 1LT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 2WD LT 8' BED $53,100 $49,918 178 CK20943 1WT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD WT 8' BED $51,800 $48,569 180 CK20943 1LT 2025 CHEVY SILVERADO 2500HD CREW CAB PICKUP 4WD LT 8' BED $55,900 $51,990 182 CC30903 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD SRW WT 8' BED $46,500 $44,980 184 CC30903 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD SRW LT 8' BED $50,300 $48,167 186 CK30903 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD SRW WT 8' BED $49,300 $47,082 188 CK30903 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD SRW LT 8' BED $53,100 $50,239 190 CC30953 1WT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD SRW WT 8' BED $48,400 $45,665 192 CC30953 1LT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD SRW LT 8' BED $52,500 $49,122 194 CK30953 1WT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD SRW WT 8' BED $51,200 $47,767 196 CK30953 1LT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD SRW LT 8' BED $55,300 $51,194 CHEVY 726 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 198 CC30743 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW WT 6.5' BED $50,000 $47,447 200 CC30743 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW LT 6.5' BED $54,100 $50,887 202 CK30743 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW WT 6.5' BED $52,800 $49,550 204 CK30743 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW LT 6.5' BED $56,900 $52,959 206 CC30943 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW WT 8' BED $50,200 $47,643 208 CC30943 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD SRW LT 8' BED $54,300 $51,081 210 CK30943 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW WT 8' BED $53,000 $49,746 212 CK30943 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD SRW LT 8' BED $57,100 $53,153 214 CC30903 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD DRW WT 8' BED $47,700 $46,156 216 CC30903 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 2WD DRW LT 8' BED $51,700 $49,524 218 CK30903 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD DRW WT 8' BED $50,500 $48,259 220 CK30903 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB PICKUP 4WD DRW LT 8' BED $54,500 $51,596 222 CC30953 1WT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD DRW WT 8' BED $49,600 $46,841 224 CC30953 1LT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 2WD DRW LT 8' BED $53,900 $50,479 226 CK30953 1WT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD DRW WT 8' BED $52,400 $48,943 228 CK30953 1LT 2025 CHEVY SILVERADO 3500HD DOUBLE CAB PICKUP 4WD DRW LT 8' BED $56,700 $52,552 230 CC30943 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD DRW WT 8' BED $51,400 $48,819 232 CC30943 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD DRW LT 8' BED $55,700 $52,438 234 CK30943 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD DRW WT 8' BED $54,200 $50,922 236 CK30943 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 4WD DRW LT 8' BED $58,500 $54,510 238 CC31003 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW WT 60" CA $45,700 $44,089 240 CC31003 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW LT 60" CA $49,700 $47,478 242 CK31003 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW WT 60" CA $48,500 $46,191 244 CK31003 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW LT 60" CA $52,500 $49,550 246 CC31403 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW WT 84" CA $45,900 $44,285 248 CC31403 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 2WD DRW LT 84" CA $49,900 $47,672 250 CK31403 1WT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW WT 84" CA $48,700 $46,387 252 CK31403 1LT 2025 CHEVY SILVERADO 3500HD REGULAR CAB CHASSIS 4WD DRW LT 84" CA $52,700 $49,744 254 CC31043 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB PICKUP 2WD DRW WT 84" CA $49,400 $47,180 256 CC31043 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 2WD DRW LT 60" CA $53,700 $50,820 258 CK31043 1WT 2025 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW WT 60" CA $52,200 $49,282 260 CK31043 1LT 2025 CHEVY SILVERADO 3500HD CREW CAB CHASSIS 4WD DRW LT 60" CA $56,500 $52,893 CHEVY 727 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 262 CC56403 1WT 2025 CHEVY SILVERADO 4500MD REGULAR CAB CHASSIS 2WD (R7M) 60" CA $59,612 $56,398 263 CK56403 1WT 2025 CHEVY SILVERADO 4500MD REGULAR CAB CHASSIS 4WD (R7M) 84" CA $63,112 $59,629 264 CC56403 1LT 2025 CHEVY SILVERADO 4500MD REGULAR CAB CHASSIS 2WD (R7M) 60" CA $63,887 $60,344 265 CK56403 1LT 2025 CHEVY SILVERADO 4500MD REGULAR CAB CHASSIS 4WD (R7M) 84" CA $67,387 $63,575 266 CC56043 1WT 2025 CHEVY SILVERADO 4500MD CREW CAB CHASSIS 2WD (R7M) 60" CA $63,232 $59,739 267 CK56043 1WT 2025 CHEVY SILVERADO 4500MD CREW CAB CHASSIS 4WD (R7M) 60" CA $67,232 $63,432 268 CC56043 1LT 2025 CHEVY SILVERADO 4500MD CREW CAB CHASSIS 2WD (R7M) 60" CA $68,507 $64,609 269 CK56043 1LT 2025 CHEVY SILVERADO 4500MD CREW CAB CHASSIS 4WD (R7M) 60" CA $72,707 $68,486 270 CP11003 1WT 2025 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $60,815 $47,374 271 CP12003 1WT 2025 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $61,675 $48,082 272 CP13003 1WT 2025 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $62,890 $49,081 273 CP14003 1WT 2025 CHEVY 3500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $63,555 $49,628 274 CP13043 1WT 2025 CHEVY 3500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $69,190 $54,266 275 CP14043 1WT 2025 CHEVY 3500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $69,855 $54,812 276 CP31003 1WT 2025 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $63,640 $49,699 277 CP32003 1WT 2025 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $64,495 $50,402 278 CP33003 1WT 2025 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $65,700 $51,394 279 CP34003 1WT 2025 CHEVY 4500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $66,360 $51,936 280 CP33043 1WT 2025 CHEVY 4500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $72,005 $56,581 281 CP34043 1WT 2025 CHEVY 4500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $72,660 $57,123 282 CT31003 1WT 2025 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $68,595 $52,705 283 CT32003 1WT 2025 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $69,000 $53,039 284 CT33003 1WT 2025 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $69,505 $53,454 285 CT34003 1WT 2025 CHEVY 4500 HD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $70,295 $54,104 286 CT33043 1WT 2025 CHEVY 4500 HD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $74,290 $57,392 287 CT34043 1WT 2025 CHEVY 4500 HD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $75,075 $58,037 288 CT41003 1WT 2025 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $70,345 $54,146 289 CT42003 1WT 2025 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $70,750 $54,479 290 CT43003 1WT 2025 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $71,260 $54,898 291 CT44003 1WT 2025 CHEVY 4500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $72,050 $55,549 292 CT43043 1WT 2025 CHEVY 4500 XD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $76,050 $58,840 293 CT44043 1WT 2025 CHEVY 4500 XD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $76,830 $59,482 CHEVY 728 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 294 CP52003 1WT 2025 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $69,055 $54,154 295 CP53003 1WT 2025 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $70,425 $55,281 296 CP54003 1WT 2025 CHEVY 5500 HG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $71,170 $55,894 297 CP53043 1WT 2025 CHEVY 5500 HG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $77,565 $61,156 298 CP54043 1WT 2025 CHEVY 5500 HG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $78,310 $61,769 299 CP62003 1WT 2025 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $70,625 $55,446 300 CP63003 1WT 2025 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $72,000 $56,577 301 CP64003 1WT 2025 CHEVY 5500 XG LCF GAS REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $72,745 $57,190 302 CP63043 1WT 2025 CHEVY 5500 XG LCF GAS CREW CAB CHASSIS 2WD 150" WB WT 88" CA $79,140 $62,452 303 CP64043 1WT 2025 CHEVY 5500 XG LCF GAS CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $79,885 $63,065 304 CT61003 1WT 2025 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 109" WB WT 86" CA $75,715 $58,564 305 CT62003 1WT 2025 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 132" WB WT 110" CA $76,125 $58,902 306 CT63003 1WT 2025 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 150" WB WT 127" CA $76,645 $59,330 307 CT64003 1WT 2025 CHEVY 5500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 176" WB WT 153" CA $77,470 $60,008 308 CT63043 1WT 2025 CHEVY 5500 XD LCF DIESEL CREW CAB CHASSIS 2WD 150" WB WT 88" CA $81,405 $63,246 309 CT64043 1WT 2025 CHEVY 5500 XD LCF DIESEL CREW CAB CHASSIS 2WD 176" WB WT 114.5" CA $82,200 $63,900 310 CT73203 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 152" WB WT 127" CA $101,605 $81,606 311 CT73903 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 170" WB WT 145" CA $101,780 $81,750 312 CT74503 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 188" WB WT 163" CA $101,955 $81,894 313 CT75003 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 200" WB WT 175" CA $102,070 $81,988 314 CT76003 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 212" WB WT 187" CA $102,185 $82,084 315 CT76503 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 224" WB WT 199" CA $102,300 $82,178 316 CT77603 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 236" WB WT 211" CA $102,415 $82,273 317 CT78803 1WT 2025 CHEVY 6500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 248" WB WT 223" CA $102,530 $82,366 318 CT83203 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 152" WB WT 127" CA $110,415 $88,855 319 CT83903 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 170" WB WT 145" CA $110,585 $88,994 320 CT84503 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 188" WB WT 163" CA $110,760 $89,139 321 CT85003 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 200" WB WT 175" CA $110,875 $89,233 322 CT86003 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 212" WB WT 187" CA $110,995 $89,333 323 CT86503 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 224" WB WT 199" CA $111,110 $89,426 324 CT87603 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 236" WB WT 211" CA $111,225 $89,522 325 CT88803 1WT 2025 CHEVY 7500 XD LCF DIESEL REGULAR CAB CHASSIS 2WD 248" WB WT 223" CA $111,340 $89,616 CHEVY 729 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 5 RUCL53 27E 2025 CHRYSLER VOYAGER FWD TOURING L $41,690 $41,681 6 RUCH53 27L 2025 CHRYSLER PACIFICA FWD SELECT $44,145 $43,344 7 RUCT53 27P 2025 CHRYSLER PACIFICA FWD LIMITED $51,265 $50,295 8 RUFH53 27L 2025 CHRYSLER PACIFICA AWD SELECT $47,140 $46,310 9 RUFT53 27P 2025 CHRYSLER PACIFICA AWD LIMITED $54,260 $53,257 10 RUET53 2EP 2025 CHRYSLER PACIFICA FWD SELECT $54,030 $53,803 CHRYSLER 730 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 WDEE75 2BZ 2025 DODGE DURANGO AWD POLICE PURSUIT $45,535 $42,302 4 WDEE75 22Z 2025 DODGE DURANGO AWD POLICE PURSUIT $48,775 $45,275 7 GGEH49 23N 2025 DODGE HORNET AWD GT $33,180 $33,006 8 GGEH49 23P 2025 DODGE HORNET AWD GT PLUS $38,475 $37,979 9 GG7P49 28E 2025 DODGE HORNET EAWD R/T $43,240 $43,323 10 GG7P49 28F 2025 DODGE HORNET EAWD R/T PLUS $48,585 $48,271 11 WDDH75 2BD 2025 DODGE DURANGO RWD GT $43,590 $41,129 12 WDEH75 2BD 2025 DODGE DURANGO AWD GT $45,590 $43,133 13 WDEH75 2BH 2025 DODGE DURANGO AWD GT PLUS $49,590 $46,857 14 WDES75 22S 2025 DODGE DURANGO AWD R/T $56,090 $53,655 16 WDES75 22T 2025 DODGE DURANGO AWD R/T PLUS $59,090 $56,448 DODGE 731 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 K8A 500A 2025 FORD POLICE INTERCEPTOR UTILITY AWD (99B 44U)$48,780 $45,685 4 K8A 500A 2025 FORD POLICE INTERCEPTOR UTILITY AWD (99W 44U)$51,110 $47,885 7 K8A 500A 2025 FORD POLICE INTERCEPTOR UTILITY AWD (99C 44U)$52,060 $48,775 10 W1P 150A 2025 FORD F-150 POLICE RESPONDER SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $53,885 $48,013 13 U1G 102A 2025 FORD EXPEDITION 4WD XL SSV $59,020 $53,212 14 K1G 102A 2025 FORD EXPEDITION MAX 4WD XL SSV $63,145 $57,276 21 P8T 100A 2025 FORD MUSTANG FASTBACK RWD (WITH 44U AUTO TRANS)$33,515 $32,152 22 P8C 300A 2025 FORD MUSTANG GT FASTBACK RWD (WITH 44U AUTO TRANS)$47,055 $44,886 23 U0G 200A 2025 FORD ESCAPE FWD ACTIVE $29,490 $27,172 24 U9G 200A 2025 FORD ESCAPE AWD ACTIVE $30,890 $27,595 25 U0M 300A 2025 FORD ESCAPE FWD ST LINE $30,485 $29,340 26 U9M 300A 2025 FORD ESCAPE AWD ST LINE $31,885 $30,707 27 U0J 600A 2025 FORD ESCAPE FWD PLATINUM $37,110 $35,808 28 U9J 600A 2025 FORD ESCAPE AWD PLATINUM $38,610 $37,272 29 U0E 700A 2025 FORD ESCAPE FWD PHEV $39,895 $39,062 30 R9B 200A 2025 FORD BRONCO SPORT 4WD BIG BEND $31,590 $29,811 31 R9C 300A 2025 FORD BRONCO SPORT 4WD 1.5L Ecoboost OUTTER BANKS $38,275 $36,008 32 R9D 400A 2025 FORD BRONCO SPORT 4WD 2.0L Ecoboost BADLANDS $41,590 $39,308 41 K7D 200A 2025 FORD EXPLORER RWD ACTIVE $41,220 $38,582 42 K8D 200A 2025 FORD EXPLORER AWD ACTIVE $43,220 $40,535 43 K7K 300A 2025 FORD EXPLORER RWD ST LINE $45,980 $43,230 44 K8K 300A 2025 FORD EXPLORER AWD ST LINE $48,975 $46,133 45 U1H 200A 2025 FORD EXPEDITION 2WD ACTIVE $63,695 $57,819 46 U1J 200A 2025 FORD EXPEDITION 4WD ACTIVE $66,695 $60,775 47 U1M 600A 2025 FORD EXPEDITION 4WD PLATINUM $76,425 $70,364 48 K1H 200A 2025 FORD EXPEDITION MAX 2WD ACTIVE $66,695 $60,775 49 K1J 200A 2025 FORD EXPEDITION MAX 4WD ACTIVE $69,695 $63,732 50 K1M 600A 2025 FORD EXPEDITION MAX 4WD PLATINUM $79,425 $73,321 51 W1X 101A 2025D FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $62,030 $59,642 52 W3X 101A 2025D FORD E-TRANSIT T-350 CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $63,250 $60,833 53 W1Y 101A 2025D FORD E-TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9500 GVWR $60,030 $57,690 54 W9C 101A 2025D FORD E-TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9500 GVWR $61,030 $58,666 FORD 732 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 55 W5P 101A 2025D FORD E-TRANSIT T-350 COMMERCIAL CUTAWAY RWD 178" WB 9500 GVWR $53,190 $51,010 56 E1Y 101A 2025D FORD TRANSIT T-150 CARGO VAN LOW ROOF RWD 130" WB 8670 GVWR $50,260 $46,959 57 E1Y 101A 2025D FORD TRANSIT T-150 CARGO VAN LOW ROOF RWD 148" WB 8670 GVWR $51,605 $48,258 58 E2Y 101A 2025D FORD TRANSIT T-150 CARGO VAN LOW ROOF AWD 130" WB 8670 GVWR $54,180 $50,744 60 E2Y 101A 2025D FORD TRANSIT T-150 CARGO VAN LOW ROOF AWD 148" WB 8670 GVWR $55,525 $52,043 62 E1C 101A 2025D FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF RWD 148" WB 8670 GVWR $52,605 $49,223 64 E2C 101A 2025D FORD TRANSIT T-150 CARGO VAN MEDIUM ROOF AWD 148" WB 8670 GVWR $50,722 $53,004 66 R1Y 101A 2025D FORD TRANSIT T-250 CARGO VAN LOW ROOF RWD 130" WB 9150 GVWR $51,205 $47,871 67 R1Y 101A 2025D FORD TRANSIT T-250 CARGO VAN LOW ROOF RWD 148" WB 9150 GVWR $52,550 $49,170 68 R2Y 101A 2025D FORD TRANSIT T-250 CARGO VAN LOW ROOF AWD 130" WB 9150 GVWR $55,130 $51,663 70 R2Y 101A 2025D FORD TRANSIT T-250 CARGO VAN LOW ROOF AWD 148" WB 9150 GVWR $56,475 $52,960 72 R1C 101A 2025D FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF RWD 148" WB 9070 GVWR $53,555 $50,140 74 R1X 101A 2025D FORD TRANSIT T-250 CARGO VAN HIGH ROOF RWD 148" WB 9070 GVWR $54,555 $51,108 76 R3X 101A 2025D FORD TRANSIT T-250 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9070 GVWR $55,775 $52,285 78 R2C 101A 2025D FORD TRANSIT T-250 CARGO VAN MEDIUM ROOF AWD 148" WB 9070 GVWR $57,475 $53,927 80 R2X 101A 2025D FORD TRANSIT T-250 CARGO VAN HIGH ROOF AWD 148" WB 9070 GVWR $58,470 $54,888 82 R3U 101A 2025D FORD TRANSIT T-250 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9070 GVWR $59,695 $56,070 84 W1Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 130" WB 9500 GVWR $52,460 $49,083 85 W1Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9500 GVWR $53,805 $50,382 86 F1Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF RWD 148" WB 9950 GVWR $53,805 $52,037 87 W9C 101A 2025D FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9500 GVWR $54,805 $51,348 89 F7C 101A 2025D FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9950 GVWR $54,805 $51,348 91 W1X 101A 2025D FORD TRANSIT T-350 CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $55,805 $52,313 93 F5X 101A 148 2025D FORD TRANSIT T-350HD CARGO VAN HIGH ROOF RWD DRW 148" WB 9950 GVWR $55,805 $52,313 95 W3X 101A 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9500 GVWR $57,025 $53,492 97 F7X 101A 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD 148" WB 9950GVWR $57,025 $53,492 99 F4X 101A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH CARGO VAN HIGH ROOF DRW RWD 148" WB 9950 GVWR $57,620 $54,067 101 U8X 101A 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF RWD DRW 148" WB 11,000 GVWR $59,975 $56,333 102 W2Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 130" WB 9500 GVWR $56,375 $52,864 104 W2Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 148" WB 9500 GVWR $57,725 $55,908 106 F2Y 101A 2025D FORD TRANSIT T-350 CARGO VAN LOW ROOF AWD 148" WB 9950 GVWR $57,725 $54,168 108 W2C 101A 2025D FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF AWD 148" WB 9500 GVWR $58,720 $55,128 FORD 733 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 110 F8C 101A 2025D FORD TRANSIT T-350 CARGO VAN MEDIUM ROOF RWD 148" WB 9950 GVWR $58,720 $55,128 112 W2X 101A 2025D FORD TRANSIT T-350 CARGO VAN HIGH ROOF AWD 148" WB 9500 GVWR $59,725 $56,100 114 F6X 101A 148 2025D FORD TRANSIT T-350HD CARGO VAN HIGH ROOF AWD DRW 148" WB 9950 GVWR $59,725 $56,100 116 W3U 101A 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9500 GVWR $60,945 $57,278 118 F8X 101A 148 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD 148" WB 9950 GVWR $60,945 $57,278 120 F4U 101A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH CARGO VAN HIGH ROOF DRW AWD 148" WB 9950 GVWR $61,930 $58,229 122 U8U 101A 148 2025D FORD TRANSIT T-350 EXTENDED LENGTH CARGO VAN HIGH ROOF AWD DRW 148" WB 11,000 GVWR $64,785 $60,979 123 X2Y 301A 2025D FORD TRANSIT T-350 WAGON LOW ROOF RWD 148" WB XL - (12-PASS BASE)$57,840 $54,282 125 X2Y 302A 2025D FORD TRANSIT T-350 WAGON LOW ROOF RWD 148" WB XLT - (12-PASS BASE)$59,605 $55,986 127 X2C 301A 2025D FORD TRANSIT T-350 WAGON MEDIUM ROOF RWD 148" WB XL - (12-PASS BASE)$59,220 $55,592 129 X2C 302A 2025D FORD TRANSIT T-350 WAGON MEDIUM ROOF RWD 148" WB XLT - (12-PASS BASE)$60,980 $57,292 131 X2X 301A 2025D FORD TRANSIT T-350 WAGON HIGH ROOF RWD 148" WB XL - (12-PASS BASE)$59,940 $56,288 133 X2X 302A 2025D FORD TRANSIT T-350 WAGON HIGH ROOF RWD 148" WB XLT - (12-PASS BASE)$61,705 $57,993 135 U4X 301A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF RWD DRW 148" WB XL - (14-PASS BASE)$61,005 $57,317 137 U4X 301A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF RWD DRW 148" WB XLT - (14-PASS BASE)$62,755 $59,007 139 X9Y 301A 2025D FORD TRANSIT T-350 WAGON LOW ROOF AWD 148" WB XL - (12-PASS BASE)$62,035 $58,333 141 X9Y 302A 2025D FORD TRANSIT T-350 WAGON LOW ROOF AWD 148" WB XLT - (12-PASS BASE)$63,800 $60,037 143 X9X 301A 2025D FORD TRANSIT T-350 WAGON HIGH ROOF AWD 148" WB XL - (12-PASS BASE)$64,135 $60,339 145 X9X 302A 2025D FORD TRANSIT T-350 WAGON HIGH ROOF AWD 148" WB XLT - (12-PASS BASE)$65,895 $62,040 147 X9C 301A 2025D FORD TRANSIT T-350 WAGON MEDIUM ROOF AWD 148" WB XL - (12-PASS BASE)$63,415 $59,643 149 X9C 302A 2025D FORD TRANSIT T-350 WAGON MEDIUM ROOF AWD 148" WB XLT - (12-PASS BASE)$65,170 $61,339 151 U5X 301A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF AWD DRW 148" WB XL - (14-PASS BASE)$67,135 $63,229 152 U5X 301A 2025D FORD TRANSIT T-350HD EXTENDED LENGTH WAGON HIGH ROOF AWD DRW 148" WB XLT - (14-PASS BASE)$68,895 $64,929 153 R5P 501A 2025D FORD TRANSIT T-250 COMMERCIAL CUTAWAY RWD SRW 138" WB 9070 GVWR $46,555 $43,381 155 R5P 501A 2025D FORD TRANSIT T-250 COMMERCIAL CUTAWAY RWD SRW 156" WB 9070 GVWR $47,045 $43,855 157 F1P 501A 2025D FORD TRANSIT T-250 COMMERCIAL CUTAWAY RWD SRW 156" WB 9950 GVWR $47,820 $44,603 159 W5P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD SRW 138" WB 9950 GVWR $47,320 $44,120 161 W5P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD SRW 156" WB 9950 GVWR $47,820 $44,603 163 W5P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD SRW 178" WB 9500 GVWR $48,530 $45,289 164 W5P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD SRW 178" WB 9500 GVWR $51,025 $47,585 165 F1P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD SRW 178" WB 9950 GVWR $48,530 $45,289 167 F6P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 138" WB 9950 GVWR $48,185 $44,956 FORD 734 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 169 U6P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD 138" WB 11000 GVWR $50,460 $47,143 170 F6P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD 156" WB 9950 GVWR $48,940 $45,684 172 U6P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD DRW 156" WB 11000 GVWR $51,200 $47,859 173 F6P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY RWD DRW 178" WB 9950 GVWR $49,690 $46,409 175 U6P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY RWD DRW 178" WB 11000 GVWR $51,955 $48,588 176 R7P 501A 2025D FORD TRANSIT T-250 COMMERCIAL CUTAWAY AWD SRW 138" WB 9070 GVWR $50,745 $47,428 178 R7P 501A 2025D FORD TRANSIT T-250 COMMERCIAL CUTAWAY AWD SRW 156" WB 9070 GVWR $51,245 $47,911 180 W7P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 138" WB 9500 GVWR $51,520 $48,175 182 W7P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 156" WB 9500 GVWR $52,020 $48,659 184 F2P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 156" WB 9950 GVWR $52,020 $48,659 186 F2P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD SRW 178" WB 9950 GVWR $52,730 $49,345 188 F8P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 138" WB 9950 GVWR $52,375 $49,001 189 F8P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 138" WB 9950 GVWR $54,870 $51,296 190 U8P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 138" WB 11000 GVWR $54,655 $51,196 191 F8P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 156" WB 9950 GVWR $53,130 $49,731 193 U8P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 156" WB 11000 GVWR $55,390 $51,905 194 F8P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD DRW 178" WB 9950 GVWR $53,885 $50,459 196 U8P 501A 2025D FORD TRANSIT T-350HD COMMERCIAL CUTAWAY AWD RWD 178" WB 11000 GVWR $56,155 $52,645 197 W7P 501A 2025D FORD TRANSIT T-350 COMMERCIAL CUTAWAY AWD 178" WB 9500 GVWR $52,730 $49,345 199 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD SRW 138" WB 10,050 GVWR (20X)$42,785 $40,158 200 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 138" WB 11,500 GVWR (20Y)$43,040 $40,407 201 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD SRW 158" WB 10,050 GVWR (20X)$43,040 $40,407 202 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 158" WB 11,500 GVWR (20Y)$43,290 $40,650 203 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 158" WB 12,500 GVWR (20C)$43,640 $40,976 204 E3F 780A 2026 FORD ECONOLINE E-350 COMMERCIAL CUTAWAY RWD DRW 176" WB 12,500 GVWR (20C)$43,785 $41,134 205 E4F 158 782A 2026 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY RWD DRW 158" WB 14,500 GVWR (20F)$45,260 $42,570 206 E4F 176 782A 2026 FORD ECONOLINE E-450 COMMERCIAL CUTAWAY RWD DRW 176" WB 14,500 GVWR (20F)$45,990 $43,281 207 W8A 100A 2025 FORD MAVERICK SUPER CREW PICKUP FWD XL 4.5' BED $27,890 $27,789 208 W8B 101A 2025 FORD MAVERICK SUPER CREW PICKUP AWD XL 4.5' BED $30,110 $29,342 209 W8B 102A 2025 FORD MAVERICK SUPER CREW PICKUP AWD XL 4.5' BED $28,910 $28,215 210 W8H 300A 2025 FORD MAVERICK SUPER CREW PICKUP FWD XLT 4.5' BED $30,390 $30,271 211 W8J 301A 2025 FORD MAVERICK SUPER CREW PICKUP AWD XLT 4.5' BED $32,610 $31,825 FORD 735 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 212 W8J 302A 2025 FORD MAVERICK SUPER CREW PICKUP AWD XLT 4.5' BED $31,410 $30,697 218 W1B 110A 2025 FORD F-150 LIGHTNING SUPER CREW CAB PICKUP 4WD 145" WB PRO 5.5' BED $49,875 $47,500 221 W3L 311A 2025 FORD F-150 LIGHTNING SUPER CREW CAB PICKUP 4WD 145" WB XLT 5.5' BED $65,090 $60,335 224 F1K 101A 2025 FORD F-150 REGULAR CAB PICKUP 2WD 122" WB XL 6.5' BED $40,605 $38,059 225 F1K 101A 2025 FORD F-150 REGULAR CAB PICKUP 2WD 141" WB XL 8' BED $39,245 $36,727 228 F1K 103A 2025 FORD F-150 REGULAR CAB PICKUP 2WD 122" WB XL 6.5' BED $41,800 $39,173 229 F1K 103A 2025 FORD F-150 REGULAR CAB PICKUP 2WD 141" WB XL 8' BED $40,440 $37,841 232 F1L 101A 2025 FORD F-150 REGULAR CAB PICKUP 4WD 122" WB XL 6.5' BED $45,620 $42,974 233 F1L 101A 2025 FORD F-150 REGULAR CAB PICKUP 4WD 141" WB XL 8' BED $44,260 $41,642 236 F1L 103A 2025 FORD F-150 REGULAR CAB PICKUP 4WD 122" WB XL 6.5' BED $46,815 $44,088 237 F1L 103A 2025 FORD F-150 REGULAR CAB PICKUP 4WD 141" WB XL 8' BED $45,455 $42,756 240 X1K 101A 2025 FORD F-150 SUPER CAB PICKUP 2WD 145" WB XL 6.5' BED $43,555 $39,871 243 X2K 200A 2025 FORD F-150 SUPER CAB PICKUP 2WD 145" WB STX 6.5' BED $46,345 $42,629 245 X3K 301A 2025 FORD F-150 SUPER CAB PICKUP 2WD 145" WB XLT 6.5' BED $49,075 $44,221 248 X1L 101A 2025 FORD F-150 SUPER CAB PICKUP 4WD 145" WB XL 6.5' BED $47,355 $43,596 251 X2L 200A 2025 FORD F-150 SUPER CAB PICKUP 4WD 145" WB STX 6.5' BED $50,145 $46,352 253 X3L 301A 2025 FORD F-150 SUPER CAB PICKUP 4WD 145" WB XLT 6.5' BED $52,875 $47,863 256 W1K 101A 2025 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB XL 5.5' BED $45,890 $41,080 259 W2K 200A 2025 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB STX 5.5' BED $48,680 $43,836 261 W3K 301A 2025 FORD F-150 SUPER CREW CAB PICKUP 2WD 145" WB XLT 5.5' BED $49,850 $43,927 264 W1L 101A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $49,775 $44,886 267 W1L 101A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XL 6.5' BED $51,870 $46,939 269 W2L 200A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB STX 5.5' BED $52,560 $47,640 271 W3L 301A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XLT 5.5' BED $53,710 $47,627 274 W3L 301A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XLT 6.5' BED $55,790 $49,620 276 W1F 104A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 145" WB XL 5.5' BED $54,530 $49,320 277 W1F 104A 2025 FORD F-150 SUPER CREW CAB PICKUP 4WD 157" WB XL 6.5' BED $54,965 $49,828 278 F2A 600A 2025 FORD F-250 REGULAR CAB PICKUP 2WD 142" WB XL 8' BED $47,295 $43,518 281 F2B 600A 2025 FORD F-250 REGULAR CAB PICKUP 4WD 142" WB XL 8' BED $50,085 $46,213 285 F2B 603A 2025 FORD F-250 REGULAR CAB PICKUP 4WD 142" WB XLT 8' BED $53,290 $49,307 289 X2A 600A 2025 FORD F-250 SUPER CAB PICKUP 2WD 164" WB XL 8' BED $49,830 $45,967 295 X2B 600A 2025 FORD F-250 SUPER CAB PICKUP 4WD 164" WB XL 8' BED $52,630 $48,671 FORD 736 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 302 X2B 603A 2025 FORD F-250 SUPER CAB PICKUP 4WD 164" WB XLT 8' BED $56,140 $52,059 306 W2A 600A 2025 FORD F-250 SUPER CREW CAB PICKUP 2WD 160" WB XL 6.5' BED $51,085 $47,178 309 W2A 600A 2025 FORD F-250 SUPER CREW CAB PICKUP 2WD 176" WB XL 8' BED $51,285 $47,372 312 W2B 600A 2025 FORD F-250 SUPER CREW CAB PICKUP 4WD 160" WB XL 6.5' BED $53,885 $49,882 316 W2B 600A 2025 FORD F-250 SUPER CREW CAB PICKUP 4WD 176" WB XL 8' BED $54,095 $50,084 320 W2B 603A 2025 FORD F-250 SUPER CREW CAB PICKUP 4WD 160" WB XLT 6.5' BED $57,695 $53,561 324 W2B 603A 2025 FORD F-250 SUPER CREW CAB PICKUP 4WD 176" WB XLT 8' BED $57,900 $53,759 328 F3A 610A 2025 FORD F-350 REGULAR CAB PICKUP 2WD SRW 142" WB XL 8' BED $48,590 $44,768 331 F3B 610A 2025 FORD F-350 REGULAR CAB PICKUP 4WD SRW 142" WB XL 8' BED $51,390 $47,473 335 F3B 613A 2025 FORD F-350 REGULAR CAB PICKUP 4WD SRW 142" WB XLT 8' BED $54,595 $50,567 339 F3C 620A 2025 FORD F-350 REGULAR CAB PICKUP 2WD DRW 142" WB XL 8' BED $50,080 $46,208 342 F3D 620A 2025 FORD F-350 REGULAR CAB PICKUP 4WD DRW 142" WB XL 8' BED $52,880 $48,911 345 F3D 623A 2025 FORD F-350 REGULAR CAB PICKUP 4WD DRW 142" WB XLT 8' BED $56,080 $52,002 349 X3A 610A 2025 FORD F-350 SUPER CAB PICKUP 2WD SRW 164" WB XL 8' BED $51,130 $47,222 352 X3B 610A 2025 FORD F-350 SUPER CAB PICKUP 4WD SRW 164" WB XL 8' BED $53,920 $49,915 359 X3B 613A 2025 FORD F-350 SUPER CAB PICKUP 4WD SRW 164" WB XLT 8' BED $57,445 $53,320 365 X3D 620A 2025 FORD F-350 SUPER CAB PICKUP 4WD DRW 164" WB XL 8' BED $52,390 $48,438 368 X3D 623A 2025 FORD F-350 SUPER CAB PICKUP 4WD DRW 164" WB XLT 8' BED $52,590 $48,631 372 W3A 610A 2025 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 160" WB XL 6.5' BED $52,590 $48,631 375 W3A 610A 2025 FORD F-350 SUPER CREW CAB PICKUP 2WD SRW 176" WB XL 8' BED $52,590 $48,631 378 W3B 610A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD 160" WB XL 6.5' BED $55,195 $51,147 382 W3B 610A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD 176" WB XL 8' BED $55,390 $51,335 386 W3B 613A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD 160" WB XLT 6.5' BED $58,995 $54,816 390 W3B 613A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD 176" WB XLT 8' BED $59,195 $55,009 394 W3C 620A 2025 FORD F-350 SUPER CREW CAB PICKUP 2WD DRW 176" WB XL 8' BED $64,070 $59,730 396 W3D 620A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD DRW 176" WB XL 8' BED $56,875 $52,769 399 W3D 623A 2025 FORD F-350 SUPER CREW CAB PICKUP 4WD DRW 176" WB XLT 8' BED $60,695 $56,459 403 F4C 670A 2025 FORD F-450 REGULAR CAB PICKUP 2WD DRW 142" WB XL 8' BED $61,950 $57,682 405 F4D 670A 2025 FORD F-450 REGULAR CAB PICKUP 4WD DRW 176" WB XL 8' BED $65,260 $60,879 407 F4D 673A 2025 FORD F-450 REGULAR CAB PICKUP 4WD DRW 176" WB XLT 8' BED $69,190 $66,885 409 W4C 670A 2025 FORD F-450 SUPER CREW CAB PICKUP 2WD DRW 176" WB XL 8' BED $66,950 $62,511 411 W4D 670A 2025 FORD F-450 SUPER CREW CAB PICKUP 4WD DRW 176" WB XL 8' BED $70,420 $65,862 FORD 737 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 413 W4D 673A 2025 FORD F-450 SUPER CREW CAB PICKUP 4WD DRW 176" WB XLT 8' BED $72,530 $67,900 415 F3E 630A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD SRW 145" WB XL 60" CA $52,160 $49,552 416 F3F 630A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD SRW 145" WB XL 60" CA $54,195 $51,518 418 F3E 633A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD SRW 145" WB XLT 60" CA $55,660 $52,933 419 F3F 633A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD SRW 145" WB XLT 60" CA $57,700 $54,903 421 X3E 630A 2025 FORD F-350 SUPER CAB CHASSIS 2WD SRW 168" WB XL 60" CA $53,945 $51,277 422 X3F 630A 2025 FORD F-350 SUPER CAB CHASSIS 4WD SRW 168" WB XL 60" CA $57,445 $54,658 424 X3E 633A 2025 FORD F-350 SUPER CAB CHASSIS 2WD SRW 168" WB XLT 60" CA $56,235 $53,488 425 X3F 633A 2025 FORD F-350 SUPER CAB CHASSIS 4WD SRW 168" WB XLT 60" CA $59,730 $56,863 427 W3E 630A 2025 FORD F-350 SUPER CREW CAB CHASSIS 2WD SRW 179" WB XL 60" CA $55,010 $52,306 429 W3F 630A 2025 FORD F-350 SUPER CREW CAB CHASSIS 4WD SRW 179" WB XL 60" CA $58,510 $55,685 431 W3E 633A 2025 FORD F-350 SUPER CREW CAB CHASSIS 2WD SRW 179" WB XLT 60" CA $57,800 $55,000 433 W3F 633A 2025 FORD F-350 SUPER CREW CAB CHASSIS 4WD SRW 179" WB XLT 60" CA $61,305 $58,385 435 F3G 640A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $53,650 $50,992 437 F3G 640A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $53,540 $50,887 439 F3H 640A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $57,150 $54,372 441 F3H 640A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $57,020 $54,247 443 F3G 643A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $55,685 $52,958 445 F3G 643A 2025 FORD F-350 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $55,465 $52,745 447 F3H 643A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $59,195 $56,347 449 F3H 643A 2025 FORD F-350 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 60" CA $58,935 $56,095 451 X3G 640A 2025 FORD F-350 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $55,430 $52,713 453 X3H 640A 2025 FORD F-350 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $58,935 $56,095 455 X3G 643A 2025 FORD F-350 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $57,725 $54,927 456 X3H 643A 2025 FORD F-350 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $61,220 $58,302 458 W3G 640A 2025 FORD F-350 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $56,500 $53,744 460 W3H 640A 2025 FORD F-350 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $60,000 $57,125 462 W3G 643A 2025 FORD F-350 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $59,290 $56,437 464 W3H 643A 2025 FORD F-350 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 60" CA $62,795 $59,823 466 F4G 650A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $57,990 $55,183 468 F4G 653A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $59,920 $57,047 470 F4G 650A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $58,170 $55,357 FORD 738 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 472 F4G 653A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $60,090 $57,211 474 F4G 650A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $58,340 $55,522 476 F4G 653A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $60,275 $57,389 478 F4G 650A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $58,515 $55,691 480 F4G 653A 2025 FORD F-450 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $60,440 $57,550 482 F4H 650A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $60,890 $57,983 484 F4H 653A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $62,820 $59,847 486 F4H 650A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $61,065 $58,153 488 F4H 653A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $62,990 $60,012 490 F4H 650A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $61,235 $58,317 492 F4H 653A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $63,170 $60,186 494 F4H 650A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $61,410 $58,486 496 F4H 653A 2025 FORD F-450 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $63,335 $60,345 498 X4G 650A 2025 FORD F-450 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $59,280 $56,429 499 X4G 653A 2025 FORD F-450 SUPER CAB CHASSIS 2WD DRW 168" WB XLT 60" CA $61,450 $58,524 500 X4G 650A 2025 FORD F-450 SUPER CAB CHASSIS 2WD DRW 192" WB XL 84" CA $69,450 $66,254 501 X4G 653A 2025 FORD F-450 SUPER CAB CHASSIS 2WD DRW 192" WB XLT 84" CA $71,625 $68,355 502 X4H 650A 2025 FORD F-450 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $62,780 $59,808 504 X4H 653A 2025 FORD F-450 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $64,960 $61,914 506 X4H 650A 2025 FORD F-450 SUPER CAB CHASSIS 4WD DRW 192" WB XL 84" CA $62,950 $59,973 508 X4H 653A 2025 FORD F-450 SUPER CAB CHASSIS 4WD DRW 192" WB XLT 84" CA $65,135 $62,083 510 W4G 650A 2025 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $60,335 $57,448 512 W4G 653A 2025 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $63,025 $60,046 514 W4G 650A 2025 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XL 84" CA $60,515 $57,622 516 W4G 653A 2025 FORD F-450 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XLT 84" CA $63,195 $60,210 518 W4H 650A 2025 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $63,840 $60,832 520 W4H 653A 2025 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 84" CA $66,510 $63,412 522 W4H 650A 2025 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XL 84" CA $64,010 $60,997 524 W4H 653A 2025 FORD F-450 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XLT 108" CA $66,695 $63,590 526 F5G 660A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $58,340 $55,522 528 F5G 663A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $60,265 $57,380 530 F5G 660A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $58,515 $55,691 FORD 739 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 532 F5G 663A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $60,435 $57,545 534 F5G 660A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $58,690 $55,859 536 F5G 663A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $60,615 $57,718 538 F5G 660A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $58,860 $56,023 540 F5G 663A 2025 FORD F-550 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $60,785 $57,882 542 F5H 660A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $61,245 $58,327 544 F5H 663A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $63,170 $60,186 546 F5H 660A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $61,415 $58,492 548 F5H 663A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $63,345 $60,355 550 F5H 660A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $61,585 $58,655 552 F5H 663A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $63,525 $60,529 554 F5H 660A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $61,760 $58,823 556 F5H 663A 2025 FORD F-550 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $63,690 $60,687 558 X5G 660A 2025 FORD F-550 SUPER CAB CHASSIS 2WD DRW 168" WB XL 60" CA $59,630 $56,767 559 X5G 663A 2025 FORD F-550 SUPER CAB CHASSIS 2WD DRW 168" WB XLT 60" CA $61,805 $58,867 560 X5G 660A 2025 FORD F-550 SUPER CAB CHASSIS 2WD DRW 192" WB XL 84" CA $69,795 $66,587 561 X5G 663A 2025 FORD F-550 SUPER CAB CHASSIS 2WD DRW 192" WB XLT 84" CA $71,975 $68,693 562 X5H 660A 2025 FORD F-550 SUPER CAB CHASSIS 4WD DRW 168" WB XL 60" CA $63,125 $62,224 564 X5H 663A 2025 FORD F-550 SUPER CAB CHASSIS 4WD DRW 168" WB XLT 60" CA $65,300 $62,243 566 X5H 660A 2025 FORD F-550 SUPER CAB CHASSIS 4WD DRW 192" WB XL 84" CA $63,300 $60,312 568 X5H 663A 2025 FORD F-550 SUPER CAB CHASSIS 4WD DRW 192" WB XLT 84" CA $65,480 $62,416 570 W5G 660A 2025 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XL 60" CA $60,685 $57,786 572 W5G 663A 2025 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 179" WB XLT 60" CA $63,360 $60,368 574 W5G 660A 2025 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XL 84" CA $60,860 $57,955 576 W5G 663A 2025 FORD F-550 SUPER CREW CAB CHASSIS 2WD DRW 203" WB XLT 84" CA $63,540 $60,544 578 W5H 660A 2025 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XL 60" CA $64,185 $61,167 580 W5H 663A 2025 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 179" WB XLT 60" CA $66,865 $63,754 582 W5H 660A 2025 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XL 84" CA $64,365 $61,339 584 W5H 663A 2025 FORD F-550 SUPER CREW CAB CHASSIS 4WD DRW 203" WB XLT 84" CA $67,035 $63,917 586 F6K 680A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 145" WB XL 60" CA $60,000 $57,125 588 F6K 683A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 145" WB XLT 60" CA $62,930 $59,954 590 F6K 680A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 169" WB XL 84" CA $60,175 $57,292 FORD 740 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 592 F6K 683A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 169" WB XLT 84" CA $63,100 $60,119 594 F6K 680A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 193" WB XL 108" CA $60,350 $57,462 596 F6K 683A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 193" WB XLT 108" CA $63,280 $60,292 598 F6K 680A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 205" WB XL 120" CA $60,525 $57,631 600 F6K 683A 2025 FORD F-600 REGULAR CAB CHASSIS 2WD DRW 205" WB XLT 120" CA $63,445 $60,452 602 F6L 680A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 145" WB XL 60" CA $62,905 $59,929 604 F6L 683A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 145" WB XLT 60" CA $65,830 $62,755 606 F6L 680A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 169" WB XL 84" CA $63,080 $60,099 608 F6L 683A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 169" WB XLT 84" CA $66,005 $62,923 610 F6L 680A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 193" WB XL 108" CA $63,250 $60,262 612 F6L 683A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 193" WB XLT 108" CA $66,185 $63,098 614 F6L 680A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 205" WB XL 120" CA $63,425 $60,432 616 F6L 683A 2025 FORD F-600 REGULAR CAB CHASSIS 4WD DRW 205" WB XLT 120" CA $66,350 $63,256 618 F6A 600A 2026 FORD F-650 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $72,490 $63,124 619 X6A 600A 2026 FORD F-650 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $74,455 $64,917 620 W6A 600A 2026 FORD F-650 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $77,235 $67,453 621 F6D 600A 2026 FORD F-650 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $81,795 $73,233 622 X6D 600A 2026 FORD F-650 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $83,770 $75,034 623 W6D 600A 2026 FORD F-650 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $86,550 $77,571 624 F7A 600A 2026 FORD F-750 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $74,375 $64,844 625 X7A 600A 2026 FORD F-750 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $76,350 $66,645 626 W7A 600A 2026 FORD F-750 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $79,125 $69,178 627 F7D 600A 2026 FORD F-750 REGULAR CAB CHASSIS 2WD 158" WB STRAIT FRAME 84" CA $83,690 $74,962 630 X7D 600A 2026 FORD F-750 SUPER CAB CHASSIS 2WD 179" WB STRAIT FRAME 84" CA $85,665 $76,763 633 W7D 600A 2026 FORD F-750 CREW CAB CHASSIS 2WD 194" WB STRAIT FRAME 84" CA $88,440 $79,295 FORD 741 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 TPB26 3SA 2025 GMC TERRAIN 2WD ELEVATION $30,000 $28,306 2 TPB26 3SB 2025 GMC TERRAIN AWD ELEVATION $32,000 $30,284 3 TLD56 4SC 2025 GMC ACADIA FWD ELEVATION $42,900 $40,532 4 TLD56 4SD 2025 GMC ACADIA AWD ELEVATION $44,900 $42,527 5 TLE56 4SB 2025 GMC ACADIA AWD AT4 $51,200 $48,814 6 TLF56 5SA 2025 GMC ACADIA FWD DENALI $53,900 $51,509 7 TLF56 5SB 2025 GMC ACADIA AWD DENALI $55,900 $53,505 8 TC10706 4SA 2025 GMC YUKON 2WD ELEVATION $66,900 $65,210 9 TK10706 4SA 2025 GMC YUKON 4WD ELEVATION $69,900 $68,151 10 TK10706 4SB 2025 GMC YUKON 4WD AT4 $73,700 $71,875 11 TK10706 4SG 2025 GMC YUKON 4WD AT4 UTLIMATE $95,300 $93,046 12 TC10706 5SA 2025 GMC YUKON 2WD DENALI $77,000 $74,255 13 TK10706 5SA 2025 GMC YUKON 4WD DENALI $80,000 $78,050 14 TK10706 5SG 2025 GMC YUKON 4WD DENALI ULTIMATE $101,300 $98,927 15 TC10906 4SA 2025 GMC YUKON XL 2WD ELEVATION $69,900 $105,501 16 TK10906 4SA 2025 GMC YUKON XL 4WD ELEVATION $72,900 $70,609 17 TK10906 4SB 2025 GMC YUKON XL 4WD AT4 $76,700 $74,334 18 TK10906 4SG 2025 GMC YUKON XL 4WD AT4 ULTIMATE $98,300 $95,504 19 TC10906 5SA 2025 GMC YUKON XL 2WD DENALI $80,000 $77,568 20 TK10906 5SA 2025 GMC YUKON XL 4WD DENALI $83,000 $80,508 21 TK10906 5SB 2025 GMC YUKON XL 4WD DENALI ULTIMATE $104,300 $101,385 26 TG23405 1WT 2025 GMC SAVANA 2500 CARGO 135" WB (NO REAR GLASS)$41,800 $38,845 28 TG23705 1WT 2025 GMC SAVANA 2500 CARGO 155" WB (NO REAR GLASS)$43,700 $40,255 30 TG33405 1WT 2025 GMC SAVANA 3500 CARGO 135" WB (NO REAR GLASS)$45,750 $42,237 32 TG33705 1WT 2025 GMC SAVANA 3500 CARGO 155" WB (NO REAR GLASS)$46,550 $43,012 34 TG23406 1LS 2025 GMC SAVANA 2500 PASSENGER 135" WB (12-PASSENGER BASE)$47,350 $43,999 36 TG23406 1LT 2025 GMC SAVANA 2500 PASSENGER 135" WB (12-PASSENGER BASE)$51,345 $45,977 38 TG33406 1LS 2025 GMC SAVANA 3500 PASSENGER 135" WB (12-PASSENGER BASE)$48,550 $44,732 40 TG33406 1LT 2025 GMC SAVANA 3500 PASSENGER 135" WB (12-PASSENGER BASE)$52,145 $46,333 42 TG33706 1LS 2025 GMC SAVANA 3500 PASSENGER 155" WB (12-PASSENGER BASE)$49,350 $45,933 44 TG33706 1LT 2025 GMC SAVANA 3500 PASSENGER 155" WB (12-PASSENGER BASE)$52,945 $47,534 46 TG33503 1WT 2025 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 139" WB 9,900 GVWR 80" CA $36,950 $33,726 GMC 742 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 48 TG33803 1WT 2025 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 159" WB 10,050 GVWR 100" CA $38,500 $35,225 49 TG33903 1WT 2025 GMC SAVANA 3500 COMMERCIAL CUTAWAY RWD DRW 177" WB 12,300 GVWR 118" CA $38,650 $35,370 50 TG33803 2WT 2025 GMC SAVANA 4500 COMMERCIAL CUTAWAY RWD DRW 159" WB 14,200 GVWR 100" CA $40,800 $37,450 51 TG33903 2WT 2025 GMC SAVANA 4500 COMMERCIAL CUTAWAY RWD DRW 177" WB 14,200 GVWR 118" CA $41,450 $38,078 52 T4C43 2WT 2025 GMC CANYON CREW CAB PICKUP 2WD 131" WB ELEVATION 5' BED 23" CA $38,400 $38,293 53 T4C43 4WT 2025 GMC CANYON CREW CAB PICKUP 4WD 131" WB ELEVATION 5' BED 23" CA $41,700 $41,585 55 TC10703 1SA 2025 GMC SIERRA 1500 REGULAR CAB PICKUP 2WD 126" WB WORK TRUCK 6.5' BED $38,300 $37,816 56 TK10703 1SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 126" WB WORK TRUCK 6.5' BED $42,900 $41,757 57 TC10903 1SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 2WD 140" WB WORK TRUCK 8' BED $38,500 $38,015 59 TK10903 1SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 140" WB WORK TRUCK 8' BED $43,100 $41,956 61 TC10753 1SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 2WD 147" WB WORK TRUCK 6.5' BED $41,600 $39,178 63 TC10753 3SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 2WD 147" WB SLE 6.5' BED $48,800 $45,306 65 TK10753 1SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 147" WB WORK TRUCK 6.5' BED $44,900 $41,823 67 TK10753 3SA 2025 GMC SIERRA 1500 DOUBLE CAB PICKUP 4WD 147" WB SLE 6.5' BED $52,100 $47,881 69 TC10543 1SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 2WD 147" WB WORK TRUCK 5.5' BED $44,000 $41,462 71 TC10543 3SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 2WD 147" WB SLE 5.5' BED $51,200 $47,538 73 TK10543 1SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB WORK TRUCK 5.5' BED $47,300 $44,107 75 TK10543 3SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB SLE 5.5' BED $54,500 $50,113 78 TK10543 4SB 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 147" WB AT4 5.5' BED $66,800 $62,103 79 TK10743 1SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB WORK TRUCK 6.5' BED $47,600 $44,406 81 TK10743 3SA 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB SLE 6.5' BED $54,800 $50,406 84 TK10743 4SB 2025 GMC SIERRA 1500 CREW CAB PICKUP 4WD 157" WB AT4 6.5' BED $67,300 $62,590 85 TC20903 1SA 2025 GMC SIERRA 2500HD REGULAR CAB PICKUP 2WD WORK TRUCK 8' BED $46,300 $44,249 87 TC20903 3SA 2025 GMC SIERRA 2500HD REGULAR CAB PICKUP 2WD SLE 8' BED $50,400 $47,728 89 TK20903 1SA 2025 GMC SIERRA 2500HD REGULAR CAB PICKUP 4WD WORK TRUCK 8' BED $49,100 $46,351 91 TK20903 3SA 2025 GMC SIERRA 2500HD REGULAR CAB PICKUP 4WD SLE 8' BED $53,200 $49,800 93 TC20753 1SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD WORK TRUCK 6.5' BED $48,200 $44,934 95 TC20753 3SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD SLE 6.5' BED $52,500 $48,587 97 TK20753 1SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD WORK TRUCK 6.5' BED $51,000 $47,036 99 TK20753 3SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD SLE 6.5' BED $55,300 $50,659 101 TC20953 1SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD WORK TRUCK 8' BED $48,400 $45,130 103 TC20953 3SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 2WD SLE 8' BED $52,700 $48,781 GMC 743 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 105 TK20953 1SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD WORK TRUCK 8' BED $51,200 $47,232 107 TK20953 3SA 2025 GMC SIERRA 2500HD DOUBLE CAB PICKUP 4WD SLE 8' BED $55,500 $50,853 109 TC20743 1SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 2WD WORK TRUCK 6.5' BED $50,000 $46,912 111 TC20743 3SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 2WD SLE 6.5' BED $54,300 $50,546 113 TK20743 1SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD WORK TRUCK 6.5' BED $52,800 $49,015 115 TK20743 3SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLE 6.5' BED $57,100 $52,618 117 TK20743 4SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLT 6.5' BED $64,700 $59,985 118 TK20743 4SB 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD AT4 6.5' BED $72,995 $66,093 119 TC20943 1SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 2WD WORK TRUCK 8' BED $50,200 $47,108 121 TC20943 3SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 2WD SLE 8' BED $54,500 $50,740 123 TK20943 1SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD WORK TRUCK 8' BED $53,000 $49,211 125 TK20943 3SA 2025 GMC SIERRA 2500HD CREW CAB PICKUP 4WD SLE 8' BED $57,300 $52,812 127 TC30903 1SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD SRW WORK TRUCK 8' BED $47,500 $45,425 129 TC30903 3SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD SRW SLE 8' BED $51,600 $48,891 131 TK30903 1SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD SRW WORK TRUCK 8' BED $50,300 $47,528 133 TK30903 3SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD SRW SLE 8' BED $54,400 $50,964 135 TC30953 1SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD SRW WORK TRUCK 8' BED $49,600 $46,306 137 TC30953 3SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD SRW SLE 8' BED $53,900 $49,944 139 TK30953 1SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD SRW WORK TRUCK 8' BED $52,400 $48,408 141 TK30953 3SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD SRW SLE 8' BED $56,700 $52,017 143 TC30743 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW WORK TRUCK 6.5' BED $51,200 $48,088 145 TC30743 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW SLE 6.5' BED $55,500 $51,709 147 TK30743 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW WORK TRUCK 6.5' BED $54,000 $50,191 149 TK30743 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLE 6.5' BED $58,300 $53,782 151 TK30743 4SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLT 6.5' BED $67,895 $61,150 152 TK30743 4SB 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW AT4 6.5' BED $74,195 $67,256 153 TC30943 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW WORK TRUCK 8' BED $51,400 $48,284 155 TC30943 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD SRW SLE 8' BED $55,700 $51,903 157 TK30943 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW WORK TRUCK 8' BED $54,200 $50,387 159 TK30943 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD SRW SLE 8' BED $58,500 $53,975 161 TC30903 1SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD DRW WORK TRUCK 8' BED $48,900 $46,797 163 TC30903 3SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 2WD DRW SLE 8' BED $53,100 $50,346 GMC 744 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 165 TK30903 1SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD DRW WORK TRUCK 8' BED $51,700 $48,900 167 TK30903 3SA 2025 GMC SIERRA 3500HD REGULAR CAB PICKUP 4WD DRW SLE 8' BED $55,900 $52,418 169 TC30953 1SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD DRW WORK TRUCK 8' BED $51,000 $47,678 171 TC30953 3SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 2WD DRW SLE 8' BED $55,300 $51,301 173 TK30953 1SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD DRW WORK TRUCK 8' BED $53,800 $49,781 175 TK30953 3SA 2025 GMC SIERRA 3500HD DOUBLE CAB PICKUP 4WD DRW SLE 8' BED $58,100 $53,374 177 TC30943 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD DRW WORK TRUCK 8' BED $52,800 $49,657 179 TC30943 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 2WD DRW SLE 8' BED $57,000 $53,163 181 TK30943 1SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD DRW WORK TRUCK 8' BED $55,600 $51,759 183 TK30943 3SA 2025 GMC SIERRA 3500HD CREW CAB PICKUP 4WD DRW SLE 8' BED $59,800 $55,236 185 TC31003 1SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW WORK TRUCK 60" CA $46,900 $44,730 187 TC31003 3SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW SLE 60" CA $51,000 $48,203 189 TK31003 1SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW WORK TRUCK 60" CA $49,700 $46,833 191 TK31003 3SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW SLE 60" CA $56,095 $50,566 193 TC31403 1SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW WORK TRUCK 84" CA $47,100 $44,926 195 TC31403 3SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 2WD DRW SLE 84" CA $51,200 $48,397 197 TK31403 1SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW WORK TRUCK 84" CA $49,900 $47,029 199 TK31403 3SA 2025 GMC SIERRA 3500HD REGULAR CAB CHASSIS 4WD DRW SLE 84" CA $54,000 $50,469 201 TC31043 1SA 2025 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW WORK TRUCK 60" CA $50,800 $48,017 203 TC31043 3SA 2025 GMC SIERRA 3500HD CREW CAB CHASSIS 2WD DRW SLE 60" CA $55,000 $51,503 205 TK31043 1SA 2025 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW WORK TRUCK 60" CA $53,600 $50,120 207 TK31043 3SA 2025 GMC SIERRA 3500HD CREW CAB CHASSIS 4WD DRW SLE 60" CA $57,800 $53,618 GMC 745 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 3 MPJL74 29A 2025 JEEP COMPASS 4WD SPORT $27,495 $27,559 4 MPJM74 29J 2025 JEEP COMPASS 4WD LATTITUDE $31,865 $29,737 JEEP 746 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 10115 2025 NISSAN VERSA FWD S $19,110 $19,405 2 10215 2025 NISSAN VERSA FWD SV $20,770 $21,033 3 10315 2025 NISSAN VERSA FWD SR $21,180 $21,436 4 12015 2025 NISSAN SENTRA FWD S $21,680 $20,850 5 12115 2025 NISSAN SENTRA FWD SV $22,620 $21,772 6 12215 2025 NISSAN SENTRA FWD SR $24,830 $23,909 7 13115 2025 NISSAN ALTIMA FWD S $27,440 $24,905 8 13315 2025 NISSAN ALTIMA FWD SV $27,800 $25,001 9 13215 2025 NISSAN ALTIMA AWD SV $29,330 $26,457 10 13515 2025 NISSAN ALTIMA FWD SR $29,220 $26,360 11 13415 2025 NISSAN ALTIMA AWD SR $30,750 $27,818 12 13715 2025 NISSAN ALTIMA FWD SL $33,810 $30,732 13 13615 2025 NISSAN ALTIMA AWD SL $35,340 $32,188 14 17015 2025 NISSAN LEAF FWD S 40 kWh $28,280 $21,369 15 17115 2025 NISSAN LEAF FWD SV 62 kWh $36,370 $29,204 16 24115 2025 NISSAN ARIYA FWD ENGAGE 66kWh $42,422 $32,104 17 24015 2025 NISSAN ARIYA AWD ENGAGE 66kWh $46,502 $36,208 18 24215 2025 NISSAN ARIYA AWD ENGAGE+ 91kWh $48,389 $38,106 19 24315 2025 NISSAN ARIYA FWD EVOLVE+ 91kWh $47,369 $37,080 20 24415 2025 NISSAN ARIYA AWD ENGAGE+ 91kWh $51,449 $41,184 21 24615 2025 NISSAN ARIYA AWD PLATINUM+ 91kWh $57,569 $47,339 22 21115 2025 NISSAN KICKS FWD S $22,320 $22,381 23 21015 2025 NISSAN KICKS AWD S $23,860 $23,672 24 21315 2025 NISSAN KICKS FWD SV $24,220 $24,023 25 21215 2025 NISSAN KICKS AWD SV $25,910 $25,671 26 21515 2025 NISSAN KICKS FWD SR $26,780 $26,522 27 21415 2025 NISSAN KICKS AWD SR $28,320 $28,021 28 22115 2025 NISSAN ROGUE FWD S $29,600 $26,896 29 22015 2025 NISSAN ROGUE AWD S $31,130 $28,376 30 22315 2025 NISSAN ROGUE FWD SV $31,430 $28,661 31 22215 2025 NISSAN ROGUE AWD SV $32,960 $30,141 32 22515 2025 NISSAN ROGUE FWD SL $36,590 $33,654 NISSAN 747 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 33 22415 2025 NISSAN ROGUE AWD SL $38,120 $35,134 34 22615 2025 NISSAN ROGUE FWD PLATINUM $40,090 $37,039 35 22715 2025 NISSAN ROGUE AWD PLATINUM $41,620 $38,519 36 23115 2025 NISSAN MURANO FWD SV $41,000 $36,549 37 23015 2025 NISSAN MURANO AWD SV $42,020 $37,528 38 23315 2025 NISSAN MURANO FWD SL $45,240 $40,612 39 23215 2025 NISSAN MURANO AWD SL $47,210 $42,501 40 23515 2025 NISSAN MURANO FWD PLATINUM $48,230 $43,480 41 23415 2025 NISSAN MURANO AWD PLATINUM $50,310 $45,478 42 25115 2025 NISSAN PATHFINDER FWD S $37,330 $32,558 43 25015 2025 NISSAN PATHFINDER 4WD S $39,270 $34,400 44 25315 2025 NISSAN PATHFINDER FWD SV $40,380 $35,456 45 25215 2025 NISSAN PATHFINDER 4WD SV $42,320 $37,297 46 25515 2025 NISSAN PATHFINDER FWD SL $43,840 $38,742 47 25615 2025 NISSAN PATHFINDER 4WD SL $45,780 $40,583 48 25715 2025 NISSAN PATHFINDER FWD PLATINUM $50,520 $45,089 49 25815 2025 NISSAN PATHFINDER 4WD PLATINUM $52,460 $46,930 50 26115 2025 NISSAN ARMADA 2WD SV $56,980 $53,539 51 26215 2025 NISSAN ARMADA 4WD SV $60,040 $56,443 52 26315 2025 NISSAN ARMADA 2WD SL $62,590 $58,864 53 26415 2025 NISSAN ARMADA 4WD SL $65,650 $61,767 54 26515 2025 NISSAN ARMADA 2WD PLATINUM $70,970 $66,821 55 26615 2025 NISSAN ARMADA 4WD PLATINUM $74,030 $69,725 56 31115 2025 NISSAN FRONTIER KING CAB PICKUP 2WD S 6' BED $31,630 $30,493 57 31015 2025 NISSAN FRONTIER KING CAB PICKUP 4WD S 6' BED $34,690 $33,505 58 31315 2025 NISSAN FRONTIER KING CAB PICKUP 2WD SV 6' BED $34,020 $32,307 59 31215 2025 NISSAN FRONTIER KING CAB PICKUP 4WD SV 6' BED $37,380 $35,620 60 32115 2025 NISSAN FRONTIER CREW CAB PICKUP 2WD S 5' BED $33,060 $31,898 61 32015 2025 NISSAN FRONTIER CREW CAB PICKUP 4WD S 5' BED $36,120 $34,910 62 32315 2025 NISSAN FRONTIER CREW CAB PICKUP 2WD SV 5' BED $35,450 $33,712 63 32215 2025 NISSAN FRONTIER CREW CAB PICKUP 4WD SV 5' BED $38,810 $37,026 64 33315 2025 NISSAN FRONTIER CREW CAB PICKUP LWB 2WD SV 6' BED $35,960 $34,214 NISSAN 748 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 65 33215 2025 NISSAN FRONTIER CREW CAB PICKUP LWB 4WD SV 6' BED $39,320 $37,527 66 32515 2025 NISSAN FRONTIER CREW CAB PICKUP 2WD PRO-X 5' BED $38,020 $36,039 67 32415 2025 NISSAN FRONTIER CREW CAB PICKUP 4WD PRO-4X 5' BED $41,380 $39,334 68 32715 2025 NISSAN FRONTIER CREW CAB PICKUP 2WD SL 5' BED $43,770 $41,906 69 32615 2025 NISSAN FRONTIER CREW CAB PICKUP 4WD SL 5' BED $47,130 $45,218 70 33715 2025 NISSAN FRONTIER CREW CAB PICKUP LWB 2WD SV 6' BED $44,280 $42,408 71 33615 2025 NISSAN FRONTIER CREW CAB PICKUP LWB 4WD SV 6' BED $47,640 $45,722 72 33415 2025 NISSAN FRONTIER CREW CAB PICKUP LWB 4WD PRO-4X 6' BED $41,890 $39,834 NISSAN 749 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 1 DT1L41 23A 2025 RAM 1500 QUAD CAB PICKUP 2WD TRADESMAN 6.5' BED $42,270 $38,665 3 DT6L41 23A 2025 RAM 1500 QUAD CAB PICKUP 4WD TRADESMAN 6.5' BED $46,120 $40,227 5 DT1H41 23Z 2025 RAM 1500 QUAD CAB PICKUP 2WD BIG HORN 6.5' BED $46,930 $40,399 7 DT6H41 23Z 2025 RAM 1500 QUAD CAB PICKUP 4WD BIG HORN 6.5' BED $50,780 $44,137 9 DT1L98 23A 2025 RAM 1500 CREW CAB PICKUP 2WD TRADESMAN 5.5' BED $45,020 $39,771 11 DT6L98 23A 2025 RAM 1500 CREW CAB PICKUP 4WD TRADESMAN 5.5' BED $50,565 $44,651 13 DT1L91 21A 2025 RAM 1500 CREW CAB PICKUP 2WD TRADESMAN 6.5' BED $48,160 $42,335 14 DT6L91 21A 2025 RAM 1500 CREW CAB PICKUP 4WD TRADESMAN 6.5' BED $52,010 $46,133 15 DT1H98 23Z 2025 RAM 1500 CREW CAB PICKUP 2WD BIG HORN 5.5' BED $49,680 $43,121 17 DT1H91 21Z 2025 RAM 1500 CREW CAB PICKUP 2WD BIG HORN 6.5' BED $54,515 $47,784 18 DT6H98 23Z 2025 RAM 1500 CREW CAB PICKUP 4WD BIG HORN 5.5' BED $53,530 $46,914 20 DT6H91 21Z 2025 RAM 1500 CREW CAB PICKUP 4WD BIG HORN 6.5' BED $56,670 $49,971 115 VFLL59 24A 2025 RAM PROMASTER EV 3500 SUPER HIGH ROOF EXTENDED LENGTH RWD 159" WB (NO REAR GLASS)$86,795 $83,312 116 VF1L11 22B 2025 RAM PROMASTER 1500 LOW ROOF W/PASSENGER SEAT RWD 118" WB (NO REAR GLASS)$46,955 $43,555 117 VF1L12 22B 2025 RAM PROMASTER 1500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$49,650 $46,197 118 VF1L13 22B 2025 RAM PROMASTER 1500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$50,500 $47,030 119 VF2L12 22B 2025 RAM PROMASTER 2500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$51,240 $47,756 120 VF2L13 22B 2025 RAM PROMASTER 2500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$52,190 $48,689 121 VF2L16 22B 2025 RAM PROMASTER 2500 HIGH ROOF W/PASSENGER SEAT RWD 159" WB (NO REAR GLASS)$52,855 $49,342 122 VF2L26 22B 2025 RAM PROMASTER 2500 HIGH ROOF WINDOW VAN RWD 159" WB FULL BODY GLASS $59,180 $55,543 123 VF3L12 22B 2025 RAM PROMASTER 3500 LOW ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$52,280 $48,776 124 VF3L13 22B 2025 RAM PROMASTER 3500 HIGH ROOF W/PASSENGER SEAT RWD 136" WB (NO REAR GLASS)$53,230 $49,707 125 VF3L16 22B 2025 RAM PROMASTER 3500 HIGH ROOF W/PASSENGER SEAT RWD 159" WB (NO REAR GLASS)$53,880 $50,346 126 VF3L17 22B 2025 RAM PROMASTER 3500 HIGH ROOF EXTENDED LENGTH RWD 159" WB (NO REAR GLASS)$56,740 $53,148 127 VF3L27 22B 2025 RAM PROMASTER 3500 HIGH ROOF EXTENDED LENGTH WINDOW VAN RWD 159" WB FULL BODY GLASS $63,115 $59,401 128 VF3L19 22B 2025 RAM PROMASTER 3500 SUPER HIGH ROOF EXTENDED LENGTH RWD 159" WB (NO REAR GLASS)$57,585 $53,979 129 VF3L34 22B 2025 RAM PROMASTER 3500 CUTAWAY LOW ROOF RWD 159" WB 104" CA $46,400 $43,009 130 VF3L35 22B 2025 RAM PROMASTER 3500 CUTAWAY LOW ROOF RWD 159" WB 104" CA $47,200 $43,793 RAM 750 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 3 1852 2025 TOYOTA COROLLA FWD LE $23,310 $22,535 4 1864 2025 TOYOTA COROLLA FWD SE $25,750 $24,288 5 1866 2025 TOYOTA COROLLA FWD XSE $29,025 $27,892 6 1882 2025 TOYOTA COROLLA FWD LE $24,760 $23,895 7 1883 2025 TOYOTA COROLLA AWD LE $26,160 $25,206 8 1886 2025 TOYOTA COROLLA FWD SE $27,200 $26,181 9 1887 2025 TOYOTA COROLLA AWD SE $28,600 $27,494 10 1892 2025 TOYOTA COROLLA FWD XLE $29,125 $27,985 11 6272 2025 TOYOTA COROLLA HATCHBACK FWD SE $24,600 $23,311 12 6274 2025 TOYOTA COROLLA HATCHBACK FWD XSE $27,900 $26,404 13 6276 2025 TOYOTA COROLLA HATCHBACK FWD Nightshade $25,600 $24,248 16 2559 2025 TOYOTA CAMRY FWD LE $29,495 $27,827 17 2560 2025 TOYOTA CAMRY FWD XLE $34,535 $32,525 18 2561 2025 TOYOTA CAMRY FWD SE $31,835 $30,011 19 2552 2025 TOYOTA CAMRY AWD LE $31,020 $29,461 20 2561 2025 TOYOTA CAMRY FWD SE $31,795 $30,182 21 2553 2025 TOYOTA CAMRY AWD SE $33,320 $31,602 22 2560 2025 TOYOTA CAMRY FWD XLE $34,495 $32,695 23 2555 2025 TOYOTA CAMRY AWD XLE $35,390 $34,115 24 2810 2025 TOYOTA VENZA FWD LE $36,520 $35,166 25 2820 2025 TOYOTA VENZA FWD XLE $44,665 $39,176 26 4015 2025 TOYOTA CROWN AWD XLE $42,535 $39,843 27 4020 2025 TOYOTA CROWN AWD LIMITED $47,045 $43,994 28 4025 2025 TOYOTA CROWN AWD Nightshade $49,860 $46,584 29 4030 2025 TOYOTA CROWN AWD Platinum $55,995 $52,312 30 4040 2025 TOYOTA CROWN SIGNIA AWD XLE $45,040 $42,201 31 4041 2025 TOYOTA CROWN SIGNIA AWD LIMITED $49,440 $46,250 37 5402 2025 TOYOTA SIENNA 8-PASS FWD LE $40,635 $38,349 38 5408 2025 TOYOTA SIENNA 7-PASS FWD XLE $45,445 $42,618 39 5406 2025 TOYOTA SIENNA 8-PASS FWD XLE $45,445 $42,618 40 5410 2025 TOYOTA SIENNA 7-PASS FWD XSE $48,090 $45,329 41 5403 2025 TOYOTA SIENNA 8-PASS AWD LE $42,635 $40,222 TOYOTA 751 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 42 5407 2025 TOYOTA SIENNA 7-PASS AWD XLE $47,445 $44,479 43 5411 2025 TOYOTA SIENNA 7-PASS AWD XSE $48,980 $46,162 44 4430 2025 TOYOTA RAV4 FWD LE $30,245 $28,816 45 4432 2025 TOYOTA RAV4 AWD LE $31,645 $30,141 46 4440 2025 TOYOTA RAV4 FWD XLE $31,755 $30,246 47 4442 2025 TOYOTA RAV4 AWD XLE $33,155 $31,572 48 4435 2025 TOYOTA RAV4 AWD LE $33,295 $31,875 49 4444 2025 TOYOTA RAV4 AWD XLE $34,805 $33,313 50 4544 2025 TOYOTA RAV4 PRIME AWD SE $45,260 $43,376 51 4550 2025 TOYOTA RAV4 PRIME XLE AWD XLE $49,130 $47,061 54 6946 2025 TOYOTA HIGHLANDER FWD LE $40,970 $38,583 55 6948 2025 TOYOTA HIGHLANDER AWD LE $42,570 $40,061 56 6951 2025 TOYOTA HIGHLANDER FWD XLE $44,120 $41,491 57 6953 2025 TOYOTA HIGHLANDER AWD XLE $45,720 $42,969 58 6965 2025 TOYOTA HIGHLANDER HYBRID AWD XLE $47,470 $44,023 59 6966 2025 TOYOTA HIGHLANDER HYBRID AWD LIMITED $51,925 $48,156 80 8242 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR 6.5' BED $42,035 $39,511 81 8342 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR 6.5' BED $45,035 $42,320 82 8241 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR5 6.5' BED $47,905 $44,259 83 8341 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR5 6.5' BED $50,905 $47,817 84 8245 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 2WD SR 8' BED $42,365 $39,821 85 8346 2025 TOYOTA TUNDRA DOUBLE CAB PICKUP 4WD SR5 8' BED $52,215 $49,043 86 8248 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR 5.5' BED $44,085 $41,431 87 8348 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR 5.5' BED $47,085 $44,239 88 8261 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR5 5.5' BED $49,955 $46,927 89 8361 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR5 5.5' BED $52,955 $48,987 90 8281 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD SR5 6.5' BED $51,265 $48,154 91 8381 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD SR5 6.5' BED $54,265 $50,962 92 8282 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 6.5' BED $56,580 $53,130 93 8272 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 5.5' BED $56,250 $52,714 94 8372 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 5.5' BED $59,250 $55,523 95 8382 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 6.5' BED $59,580 $55,939 TOYOTA 752 863-402-4234 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com ROW MODEL CODE MODEL DESCRIPTION MSRP CONTRACT PRICE 96 8401 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 5.5' BED $59,950 $56,285 97 8421 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 5.5' BED $62,950 $59,093 98 8411 2025 TOYOTA TUNDRA CREW MAX PICKUP 2WD LIMITED 6.5' BED $60,280 $56,594 99 8431 2025 TOYOTA TUNDRA CREW MAX PICKUP 4WD LIMITED 6.5' BED $63,280 $59,403 TOYOTA 753 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION REGULAR AND SPECIAL FACTORY PRODUCTION OPTIONS RPO All Regular And Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 SEO All Special Equipment Factory Production Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP option prices to be provided to customer with each contract conforming quote.$0.00 VSO All Factory Production Vehicle Specific Options to be offered at discount from MSRP, Copy of Window Sticker Standard equimpment list and MSRP $0.00 ASSUME ANY ITEMS NOT SPECIFICALLY LISTED ON THIS QUOTE ARE TO BE ASSUMED UNAVAILABLE OR NOT INCLUDED.$0.00 NON-IDENTIFIED CONTRACT OPTIONS NICO Any Option not listed in this price schedule may be added in accordance with contract guidelines (not to exceed 10% over dealer costs).$0.00 FORCE MAJEURE Surcharge for equipment / bodies - add ''X'' percentge - due to unforeseeable circumstances / acts of God.$0.00 CD FEE COURTESY DELIVERY -DROP SHIP- TO LOCAL VENDOR FOR PDI AND DELIVERY.$0.00 EXTENDED WARRANTY EWA Price to be quoted at Florida Mandatory Sales Price. Warranties available through: Ford ESP, GMPP, NISSAN, JM&A, MOPAR. PRICES TO BE QUOTED FOR SPECIFIC VEHICLE AND POWER TRAIN COMBINATION.$0.00 P-CARD AND CREDIT CARD TRANSACTIONS MSF A 5% convienence fee of the total sale price will be assessed for all merchant service transations above $2,500.00.$0.00 ADDITIONAL KEYS 3K Plain cut 3rd key (NO REMOTE).$90.00 4K Plain cut 3rd & 4th keys (NO REMOTES).$185.00 3KR Additional key and remote, cut and programmed.$310.00 4KR (2) Additional keys and remotes, cut and programmed.$520.00 3K SMART 3rd key and remote for vehicles with proximity access.$375.00 4K SMART 3rd & 4th keys and remotes for vehicles with proximity access.$625.00 PAINT AND GRAPHICS B&W-DO Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS ONLY painted white, mirrors and handles to remain black.$1,890.00 B&W-D&R Dealer provided Black & White paint job on factory ordered Black vehicle, DOORS and ROOF painted white, mirrors and handles to remain black.$2,250.00 CGP CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specification.$865.00 CGP-CHEV CUSTOM GRAPHICS PACKAGE Furnished and Installed per customers specifications including rear tailgate chevrons.$1,360.00 GENERAL OPTIONS 754 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ASSET MANAGEMENT CDMB Asset management consulting services provided by CEM certified industry professional with 39 years of experience. Price listed at hourly rate, discounts may apply based upon the scope of services required.$0.00 SAFETY ITEMS 3BLS 3rd brake light safety sulse (Pulses 3rd brake light (4) times upon application of brake pedal to increase driver awareness behind you when stopping)$220.00 SAFE-T Amerex 5lb Fire extinguisher, First Aide Only first aid kit, and King James & Co road triangles $335.00 FIRE 2.5LB 2.5# ABC FIRE EXTINGUISHER, PART# B417T, INSTALLED WITH BRACKET, MOUNTED INSIDE REAR CARGO AREA.$65.00 FIRE-X-5LB Amerex B500 Fire Extinguisher with 5DC HD Vehicle Bracket (Furnished and Installed inside rear cab area, driver’s Side)$210.00 FSS Full Size Spare Tire and Wheel ships loose in cargo area or trunk, may not cosmetically match factory wheels and tires. Does not include TPMS.$505.00 DRIVERS EDUCATION ABG BRAKE-PASS-TOYO Furnish and install OS Brake passenger side brake pedal on Toyota vehicles.$3,440.00 ABG BRAKE-PASS-UNIV Furnish and install Universal OS Brake passenger side brake pedal $3,160.00 TAG & REGISTRATION NO-TEMP 45 $0.00 TITLE ONLY NO-TAG PROCESS A TITLE ONLY FOR TRIBE.$87.85 TEMP-TAG Temporary tag $45.00 TRANS-TAG Transfer existing registration Includes temp tag & two way overnight shipping for signature. (must provide tag number)$195.00 NEW-TAG New tag Includes temp tag & two way overnight shipping for signature.(specify state, county, city, sheriff, etc.)$245.00 NEW-TAG-CITY New CITY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-STATE New STATE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COUNTY New COUNTY tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-SHERIFF New SHERIFF tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-COLLEGE New COLLEGE tag Includes temp tag & two way overnight shipping for signature.$245.00 NEW-TAG-X New tag Includes temp tag & two way overnight shipping for signature (X-SERIES).$245.00 GENERAL OPTIONS 755 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SUV CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 AE ESCAPE 4.6GGE Ford Escape 1.5L 4.6GGE installed.$12,300.00 VAN CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 AE FT21BF Ford Transit 21 GGE 3.5 L Bi-Fuel $14,285.00 TRUCK CONVERSIONS AE 2025 EPA approvals pending for all 2025 models.$0.00 AE F15012.8BF SB Ford F150 12.7 GGE 5.0L Bi-Fuel (Crew Cab short bed 5.5' Box)$13,115.00 AE F15021BF Ford F150 21.2 GGE 5.0L Bi-Fuel (6.5' and 8' bed configurations)$14,170.00 AE F230-350 BF21GGE PU Ford F250-F350 21 GGE 6.2L bi-fuel for installation in pickup configuration.$14,870.00 AE F230-350 BF21GGE UTIL Ford F250-F350 21 GGE 6.2L bi-fuel for installation in utility body configuration.$14,870.00 CNG CONVERSIONS 756 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VENT VISORS RS 2 Stick on rain shields (2-doors).$105.00 RS 4 Stick on rain shields (4-doors).$135.00 FLOOR PROTECTION SEDANS WTF SDN 1 Weather Tech floor liner system (1st row only).$210.00 WTF SDN 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 SUVs WTF SUV 1 Weather Tech floor liner system (1st row only).$210.00 WTF SUV 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 WTF SUV 3 Weather Tech floor liner system (1st & 2nd rows plus cargo area).$505.00 VANS WTF VAN 1 Weather Tech floor liner system (1st row only).$185.00 WTF VAN 2 Weather Tech floor liner system (1st & 2nd rows).$330.00 WTF VAN 3 Weather Tech floor liner system (1st, 2nd, & 3rd rows).$450.00 TRUCKS WTF REG Weather Tech floor liner system for regular cab pick-up trucks.$210.00 WTF EXT Weather Tech floor liner system for extended cab pick-up trucks.$315.00 WTF CRW Weather Tech floor liner system for crew cab pick-up trucks.$315.00 WINDOW FILM SEDANS WSTP Windshield strip $60.00 DT2 SDN Deep tint film installed on front two door glass only.$165.00 DTF SDN Deep tint film installed on all side and rear glass.$410.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 SUVs WSTP Windshield strip $60.00 DT2 SUV Deep tint film installed on front two door glass only.$165.00 DTF SUV Deep tint film on SUV with full side and rear glass coverage.$410.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 VANS WSTP Windshield strip $60.00 FLEET ACCESSORIES 757 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DT2 VAN Deep tint film installed on front two door glass only.$165.00 DTF G VAN Deep tint film on cargo van with side and rear door glass.$470.00 DTF P VAN Deep tint film on passenger van with full body glass.$470.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 TRUCKS WSTP Windshield strip $60.00 DT2 TRK Deep tint film installed on front two door glass only.$195.00 DTF 2 TRK Deep tint film installed on front two door glass and rear window.$245.00 DTF 4 TRK Deep tint film installed on four doors and back glass for extended/crew cab pickups.$245.00 LIMO Upgrade tint to LIMO on all tinted surfaces $155.00 INVERTERS & CHARGING SEDANS 851-0451-SDN XANTREX Xpower 450W inverter mounted under passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $500.00 806-1206-SDN XANTREX 600W pure sine inverter mounted under passenger seat with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $635.00 806-1210-SDN XANTREX 1000W pure sine inverter mounted in trunk space with ignition sourced remote / user control mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $805.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 SUVs 806-1206-SUV XANTREX 600W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $635.00 806-1210-SUV XANTREX 1000W pure sine inverter mounted under REAR seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $805.00 806-1220-SUV XANTREX 2000W pure sine inverter mounted in rear cargo area with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,325.00 813-3000UL-SUV XANTREX 3000W modified sine inverter mounted in rear cargo area with. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,060.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 VANS 851-0451-VAN XANTREX Xpower 450W inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $495.00 FLEET ACCESSORIES 758 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 806-1206-VAN XANTREX 600W pure sine inverter mounted in between driver/passenger seat or front of partition behind passenger seat. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $635.00 806-1210-VAN XANTREX 1000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $805.00 806-1220-VAN XANTREX 2000W pure sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,325.00 813-3000UL-VAN XANTREX 3000W modified sine inverter mounted to rear partition, in cargo area, accessible at side load door with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,060.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 OUTLET REAR VAN Weather-resistant outlet at rear of van, mounted curbside to either side or back of shelf (interior).$195.00 TRUCKS 806-1206-PU XANTREX 600W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $635.00 806-1210-PU XANTREX 1000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $805.00 806-1220-PU XANTREX 2000W pure sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,325.00 813-3000UL-PU XANTREX 3000W modified sine inverter mounted behind front passenger seat or under rear passenger seat with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,060.00 806-1220-UB XANTREX 2000W pure sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation, appropriate gauge wire for distance from battery, heat shrink connectors and wire loom. $1,325.00 813-3000UL-UB XANTREX 3000W modified sine inverter mounted inside curbside front compartment of utility body with ignition sourced remote / user control mounted on dash mounted on dash. (Alternate mounting location may be required due to clearance.) Includes freight and installation with 4/0 powr and ground, ignition controlled solenoid, 300A breaker, heat shrink connectors, and wire loom. (Dealer strongly recommends upgrading alternator and addition of auxillary battery) $2,060.00 AJ RJK WARN 26769 QUICK DISCONNECT JUMP KIT, INSTALLED IN GRILLE AREA.$480.00 CORD EXTENSION CORD TO BE RUN FROM INVERTER MOUNTED UNDER REAR SEAT (DRIVER SIDE) TO COMPUTER STAND AREA FOR EASE OF USE.$75.00 OUTLET FRONT Weather-resistant outlet at front of truck, in grille if possible on curbside.$195.00 OUTLET REAR Weather-resistant outlet at rear of truck on curbside.$195.00 GRILLE GUARDS AND WINCHES TACOMA AJ TACO-WMT-9K ROUGH COUNTRY HIDDEN WINCH MOUNT WITH PRO9500 WINCH INCLUDING SYNTHETIC ROPE AND INSTALLATION (2024 TACOMA FITMENT CONFIRMED).$2,590.00 FLEET ACCESSORIES 759 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CHEVY LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-CHEVY15 Westin HDX wrap around grille guard, installed on Chevy 1500 series pickup.$1,405.00 AJ WMT-CHEVY15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$1,785.00 AJ WMT-CHEVY15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$1,845.00 AJ GG-CHEVY15-VR8 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$2,490.00 AJ GG-CHEVY15-VR10 Westin HDX grille guard (No Wrap) with winch mount tray and Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$2,550.00 AJ WGG-CHEVY15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy 1500 series pickup.$2,490.00 AJ WGG-CHEVY15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy 1500 series pickup.$1,790.00 CHEVY HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-CHEVYHD Westin HDX wrap around grille guard, installed on Chevy HD series pickup.$1,285.00 AJ WMT-CHEVYHD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$1,785.00 AJ WMT-CHEVYHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$1,845.00 AJ WMT-CHEVYHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$3,380.00 AJ WMT-CHEVYHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$3,710.00 AJ WMT-CHEVYHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$3,770.00 AJ GG-CHEVYHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$2,490.00 AJ GG-CHEVYHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$2,550.00 AJ GG-CHEVYHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,020.00 AJ GG-CHEVYHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,350.00 AJ GG-CHEVYHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Chevy HD series pickup.$4,410.00 AJ WGG-CHEVYHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Chevy HD series pickup.$2,880.00 AJ WGG-CHEVYHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Chevy HD series pickup.$2,940.00 AJ WGG-CHEVYHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Chevy HD series pickup.$4,345.00 AJ WGG-CHEVYHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$4,675.00 AJ WGG-CHEVYHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Chevy HD series pickup.$4,735.00 FLEET ACCESSORIES 760 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WGG-CHEVYHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Chevy HD series pickup.$7,270.00 GMC LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-GMC15 RANCH HAND Legend Grille Guard; Legend Series Grille Guard; Retains Factory Tow Hook; installed on GMC 1500 series pickup.$1,340.00 GMC HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-GMCHD RANCH HAND wrap around grille guard, installed on GMC HD series pickup.$1,340.00 AJ WMT-GMCHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$3,420.00 AJ WMT-GMCHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$3,750.00 AJ WMT-GMCHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$3,810.00 AJ GG-GMCHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on GMC HD series pickup.$4,055.00 AJ GG-GMCHD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,390.00 AJ GG-GMCHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on GMC HD series pickup.$4,450.00 AJ GG-GMCHD-16.5ti WARN grille guard(No Wrap) with Warn 16.5ti 16,500lb recovery winch, installed on GMC HD series pickup.$6,345.00 CHEVY MEDIUM DUTY AJ WGG-GMMD Go Industries wrap around grille guard with tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$2,875.00 AJ WGG-WMT-GMMD Go Industries wrap around grille guard with winch mount tray & tilt forward feature for Chevy 4500, 5500, 6500 medium duty chassis. Allows the hood to be tilted forward for service (Fits ONLY Chevy Medium duty).$3,385.00 FORD LD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-F150 Westin HDX wrap around grille guard, installed on Ford F-150 series pickup.$1,410.00 AJ WMT-F150-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford F- 150 series pickup.$1,785.00 AJ WMT-F150-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F- 150 series pickup.$1,845.00 AJ GG-F150-VR8 Westin HDX grille guard, no wrap, with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$2,490.00 AJ GG-F150-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$2,550.00 AJ WGG-F150-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford F-150 series pickup.$2,490.00 AJ WGG-F150-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford F-150 series pickup.$2,550.00 FORD SD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-FSD Westin HDX wrap around grille guard, installed on Ford Super Duty series pickup.$1,250.00 FLEET ACCESSORIES 761 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WMT-FSD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$1,930.00 AJ WMT-FSD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$1,990.00 AJ WMT-FSD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,210.00 AJ WMT-FSD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$3,545.00 AJ WMT-FSD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$3,600.00 AJ GG-FSD-VR8 Westin HDX grille guard(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,635.00 AJ GG-FSD-VR10 Westin HDX grille guard only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,695.00 AJ GG-FSD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$3,850.00 AJ GG-FSD-Z8 WARN grille guard(No Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$3,850.00 AJ GG-FSD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on Ford Super Duty series pickup.$4,240.00 AJ WGG-FSD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$2,275.00 AJ WGG-FSD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on Ford Super Duty series pickup.$2,330.00 AJ WGG-FSD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on Ford Super Duty series pickup.$4,250.00 AJ WGG-FSD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,585.00 AJ WGG-FSD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on Ford Super Duty series pickup.$4,645.00 AJ WGG-FSD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on Ford Super Duty series pickup.$6,540.00 RAM LD AJ WGG-RAM15 Westin HDX wrap around grille guard, installed on RAM 1500 series pickup.$1,405.00 AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WMT-RAM15-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$1,930.00 AJ WMT-RAM15-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$1,990.00 AJ WMT-RAM15-M8 WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn M8 8,000lb recovery winch, installed on RAM 1500 series pickup.$5,370.00 AJ WMT-RAM15-Z8S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 8,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,700.00 AJ WMT-RAM15-Z10S WARN Ascent Front Bumper for RAM 1500 - includes a winch mount , with Warn ZEON 10,000lb recovery winch w/ Synthetic Rope, installed on RAM 1500 series pickup.$5,760.00 AJ WGG-RAM15-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM 1500 series pickup.$2,855.00 FLEET ACCESSORIES 762 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AJ WGG-RAM15-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM 1500 series pickup.$2,915.00 RAM HD AJ WEST-2LIGHT Westin HDX B-Force flush mount dual 6'' LED light kit muonted into front of Westin HDX grille guard.$655.00 AJ WGG-RAMHD Westin HDX wrap around grille guard, installed on RAM HD series pickup.$1,405.00 AJ WMT-RAMHD-VR8 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$1,750.00 AJ WMT-RAMHD-VR10 Westin winch mount tray only(No Push Bumper or Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$1,805.00 AJ WMT-RAMHD-M8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$3,210.00 AJ WMT-RAMHD-Z8 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$3,545.00 AJ WMT-RAMHD-Z10 WARN winch mount tray only(No Push Bumper or Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$3,600.00 AJ GG-RAMHD-VR8 Westin HDX grille guard(No Wrap) with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,455.00 AJ GG-RAMHD-VR10 Westin HDX grille guard only(No Wrap) with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,515.00 AJ GG-RAMHD-M8 WARN grille guard(No Wrap) with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$3,850.00 AJ GG-RAMHD-Z8 WARN grille guard, no wrap, with Warn ZEON 8,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,180.00 AJ GG-RAMHD-Z10 WARN grille guard(No Wrap) with Warn ZEON 10,000lb recovery winch with synthetic rope, installed on RAM HD series pickup.$4,240.00 AJ WGG-RAMHD-VR8 Westin HDX wrap around grille guard with Warn VR EVO8 8,000lb recovery winch, installed on RAM HD series pickup.$2,455.00 AJ WGG-RAMHD-VR10 Westin HDX wrap around grille guard with Warn VR EVO10 10,000lb recovery winch, installed on RAM HD series pickup.$2,515.00 AJ WGG-RAMHD-M8 WARN wrap around grille guard with Warn M8 8,000lb recovery winch, installed on RAM HD series pickup.$4,255.00 AJ WGG-RAMHD-Z8 WARN wrap around grille guard with Warn ZEON 8S 8,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,585.00 AJ WGG-RAMHD-Z10 WARN wrap around grille guard with Warn ZEON 10S 10,000lb recovery winch synthetic rope, installed on RAM HD series pickup.$4,645.00 AJ WGG-RAMHD-16.5ti WARN wrap around grille guard with Warn 16.5ti 16,500lb recovery winch, installed on RAM HD series pickup.$6,540.00 STERLING SM WMT Fully welded low profile winch mount Sterling grille guard. Center section only. No headlight protection. Low profile winch cradle. Accommodates low profile winches such as Warn EVO VR8, EVO VR12.$1,790.00 SM WGG-NO WINCH Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. (NO WINCH MOUNT)$2,005.00 SM WMT-HD Fully welded heavy duty winch mount Sterling grille guard. Center section only. No headlight protection. Heavy duty profile winch cradle. Accommodates large commercial winches such as M12, M15, 16.5ti.$1,825.00 SM WGG-WMT Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. Low profile winch cradle. Accommodates low profile winches such as Warn EVO VR8, EVO VR12.$2,220.00 SM WGG-WMT-HD Fully welded Sterling brush guard. 2" OD headlight protection hoops with 1-1/4" OD mid bar. Heavy duty winch cradle. Accommodates large commercial winches such as M12, M15, 16.5ti.$2,365.00 FLEET ACCESSORIES 763 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RANCH HAND REPLACMENT BUMPERS FBF171BLC Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel WITH forward camera.$2,380.00 FBF171BLR Ranch Hand replacement bumper, powder coated black. Requires FORD 3500 diesel without forward camera.$2,380.00 FDB101BLRS Ranch Hand replacement bumper, powder coated black. Requires RAM 3500 diesel.$2,380.00 WINCHES WITHOUT MOUNTS VR EVO 8 Warn VR EVO self recovery 8,000lb rated winch with remote, open fairlead, and wire rope.$935.00 ZEON 8-S Warn ZEON self recovery 8,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,010.00 M8000 Warn M8000 self recovery 8,000lb rated winch with remote, roller fairlead, and wire rope.$1,625.00 VR EVO 10 Warn VR EVO self recovery 10,000lb rated winch with remote, open fairlead, and wire rope.$990.00 ZEON 10-S Warn ZEON self recovery 10,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,065.00 VR EVO 12 Warn VR EVO self recovery 12,000lb rated winch with remote, open fairlead, and wire rope.$1,130.00 ZEON 12-S Warn ZEON self recovery 12,000lb rated winch with remote, open fairlead, synthetic rope and aluminum winch drum to reduces rope wear.$2,225.00 M12000 Warn M12000 self recovery 12,000lb rated winch with remote, roller fairlead, and wire rope.$4,530.00 M15000 Warn M15000 self recovery 15,000lb rated winch with remote, roller fairlead, and wire rope.$3,425.00 16.5TI Warn HEAVY WEIGHT series 16.5ti self recovery 16,500lb rated winch with remote, open fairlead, and wire rope.$3,590.00 LEATHER SEATING SURFACES DLTH 1 Dealer installed leather seating surfaces (1st row only).$1,840.00 DLTH 2 Dealer installed leather seating surfaces (1st & 2nd rows).$1,985.00 DLTH 3 Dealer installed leather seating surfaces (1st, 2nd, and 3rd rows).$2,420.00 BACKING SAFETY BUS-UB BACK UP SENSORS Rear Bumper Parking Assistance System for UniBody Vehicles Introducing BackZone (250-1903- BZTRK), Rostra’s latest innovation in vehicle parking assistance systems. Designed around the reliable components that customers have come to expect $520.00 BUS-TRK BACK UP SENSORS Rear Bumper Parking Assistance System for Trucks Introducing BackZone Truck (250-1903-BZTRK), Rostra’s latest innovation in vehicle parking assistance systems.$520.00 BUC DASH Back up camera with 5.6" dash mounted monitor, COMPLETE SYSTEM.$1,290.00 BUC RV Back up camera with 5.6" rear view mirror monitor, COMPLETE SYSTEM.$1,290.00 CAMERA RR Remove and re-install factory camera from tailgate.$325.00 CAMERA-F Dealer installed factory ordered camera (REQUIRES 872).$225.00 CAMERA-GM Dealer installed factory ordered camera (REQUIRES 5N5).$225.00 CAMERA-R Dealer installed factory ordered camera (REQUIRES XAC).$225.00 FLEET ACCESSORIES 764 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DASH-CAM Rexing V1P 3rd Generation Dual 1080p Full HD Front and Rear 170 Degree Wide Angle Wi-Fi Car Dash Cam with Supercapacitor, 2.4" LCD Screen, G-Sensor, Loop Recording, & Mobile App. With 64GB micro SDXC flash memory card, Mini-USB hardwire kit, and intallation. $560.00 BUA Federal Signal 90 dB back-up alarm.$185.00 TRAILERING HITCHES & WIRING AJ 4-WIRE 4 wire trailer plug $95.00 AJ 7/4 WIRE 7 wire RV style plug with 4-wire flat combination plug.$115.00 AJ 6-ROUND 6 wire round utility plug.$80.00 AJ CLIII Class III receiver hitch, installed at AJ Fleet.$740.00 AJ CLIV Class IV receiver hitch, installed at AJ Fleet.$945.00 AJ CLV Class V receiver hitch, installed at AJ Fleet.$1,150.00 AJ EBC Curt Spectrum Electric Brake Controller $425.00 SS7RP SARASOTA 7 WIRE ROUND BERG TRAILER PLUG WITH ROUND PINS.$165.00 AJ C-WIRE Customer specific wire plug, please provide detail.$85.00 HITCH MOD Modification to factory trailer hitch to accomidate equipment install.$525.00 DRAW BARS & PINTLES AJ DB2 Draw bar with 2'' Ball, pin, and clip.$55.00 AJ DB2516 Draw bar with 2-5/16'' Ball, pin, and clip.$110.00 AJ DB3 Tri-ball draw bar with 1-7/8'', 2'', and 2-5/16'' balls.$160.00 AJ PTL2 Pintle combination draw bar with 2'' ball.$170.00 AJ PTL2516 Pintle combination draw bar with 2-5/16'' ball.$175.00 BOLT-HITCH Bolt lock receiver lock (max 2'' receiver tube) will key to vehicle ignition.$105.00 AJ SLEEVE 2.5" to 2.0" Reducer Sleeve for accomodating 2" Shank Draw Bars.$35.00 TRUCK ACCESSORIES TONNEAU COVERS BAKFLIP-G2 BAKFLIP G2 FOLDING BED COVER, INSTALLED $1,380.00 AJ UCFLEX Undercover brand- Flex 3-piece black folding tonneau cover, installed.$1,480.00 AJ UCELITE Undercover brand- Elite hard black plastic 1-piece tonneau cover, installed.$1,480.00 R-N-L SHORT Roll N Lock cover, short box (Toyota / Nissan / Ford only).$2,025.00 R-N-L LONG Roll N Lock cover, long box (all GM & RAM both short & long).$2,080.00 TK FTC LEER700-SB LEER 700 model fiberglass tonneau cover, short bed, painted to match cab of vehicle.$3,270.00 TK FTC LEER700-LB LEER 700 model fiberglass tonneau cover, long bed, painted to match cab of vehicle.$3,400.00 FLEET ACCESSORIES 765 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DB 180L FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,090.00 DB 180LX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,495.00 DB 180S FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,090.00 DB 180SX FURNISH AND INSTALL DIAMOND BACK MODEL 180 TONNEAU COVER (2-LIFT DOORS SIDE BY SIDE), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,495.00 DB 270L FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,420.00 DB 270LX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,840.00 DB 270S FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), POLISHED ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,420.00 DB 270SX FURNISH AND INSTALL DIAMOND BACK MODEL 270 TONNEAU COVER (3-LIFT DOORS), BLACK ALUMINUM WITH 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,840.00 DB HD-L FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED. $3,255.00 DB HD-LX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,660.00 DB HD-S FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED. $3,255.00 DB HD-SX FURNISH AND INSTALL DIAMOND BACK MODEL HD TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (12) CLEATS AND 1600LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,660.00 DB SE-L FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$2,735.00 DB SE-LX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH LONG BED.$3,150.00 DB SE-S FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), POLISHED ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$2,735.00 DB SE-SX FURNISH AND INSTALL DIAMOND BACK MODEL SE TONNEAU COVER (2-LIFT DOORS FRONT TO BACK), BLACK ALUMINUM INCLUDING (4) CLEATS AND 400LB HAUL CAPACITY FOR PICKUPS WITH SHORT BED.$3,150.00 FIBERGLASS TOPPERS TK DEFENDER-SB Topper King Defender Fiberglass Cab High topper with sliding glass sides for short bed pickups. $3,205.00 TK DEFENDER-LB Topper King Defender Fiberglass Cab High topper with sliding glass sides for long bed pickups. $3,335.00 TK DEFENDER-WD-SB Topper King Defender Fiberglass Cab High topper with side access windoors for short bed pickups.$3,920.00 TK DEFENDER-WD-LB Topper King Defender Fiberglass Cab High topper with side access windoors for long bed pickups. $4,310.00 TK LEER-100R-SB Leer 100R topper with framed windoors and framed rear door for short bed pickups. $4,570.00 TK LEER-100R-LB Leer 100R topper with framed windoors and framed rear door for long bed pickups. $4,960.00 TK LEER-100XR-SB Leer 100XR topper with side windoors and framless rear door for short bed pickups. $4,960.00 TK LEER-100XR-LB Leer 100XR topper with side windoors and framless rear door for long bed pickups. $5,350.00 FLEET ACCESSORIES 766 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TK LEER-100S-SB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for short bed pickups.$3,465.00 TK LEER-100S-LB Leer 100S topper with smooth solid sides (no glass no doors) framed rear door for long bed pickups.$3,595.00 TK 7-WAY Leer 7 way harness available to connect topper to factory OE harness for the LED brake light and dome light, 12v power and ground.$195.00 TK FTC LEER700RKE Remote keyless entry for LEER 700 model only.$540.00 TK FCH-LR CapRac complete roof rack system with two cross bars & 4 adjustable load stops.$1,450.00 LEER COMMERCIAL TOPPERS TK LEER 100RCC-SB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $6,260.00 TK LEER 100RCC-LB Leer commercial fiberglass topper includes front picture window, black headliner, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, 20'' interior light bar mounted to ceiling inside rear lift door, and LED brake light. $6,390.00 TK LEER DCC-SB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,545.00 TK LEER DCC-LB Leer Deluxe Aluminum Commercial Topper (White), 23'' High, with codable locks, front picture window, full length side doors with driver and passenger side tool boxes including 1 vertical and 1 horizontal divider, rear lift up door with picturer window, ladder rack, 20'' 12v LED interior light bar, LED brake light $5,675.00 TK AR1205-S Prime Design AluRack overhead material rack to be installed on LEER commercial topper*SPECIAL ORDER (96'' long rack).$1,950.00 TK AR1907 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for long bed (116'' long rack).$2,035.00 TK AR1906 Prime Design AluRack overhead material rack to be installed on LEER commercial topper for short bed (88'' long rack).$1,645.00 BED SLIDES CARGO-GLIDE 1500 Cargo Glide 1500lb bed slide with 4'' sides and rubber coated floor.$2,465.00 CARGO-GLIDE 2200HD Cargo Glide 2200HD bed slide with 4'' sides and rubber coated floor.$2,650.00 CARGO-GLIDE 2200XL Cargo Glide 2200XL bed slide with 4'' sides, rubber coated floor, and full extension.$3,970.00 DECKED DECKED® 2-Drawer Pickup Truck Bed Storage System 64.54 Two Drawer Storage System for A Full Size Pick Up Truck; DECKED Truck Bed Storage System; 64.54 in.; Made Of High Density Polyethylene; Stainless Steel Hardware; Features Cast Aluminum Handles / Galvanized Steel Subframe. $1,880.00 AJ PACK-RAT Weatherguard Pack-Rat 308-3 drawer unit 48'' x 39.75'' x 9.5'', installed.$1,605.00 ADRIAN COMMERCIAL TOPPERS AWV TC-F150-SB Adrian Steel Commercial Grade Aluminum Truck Cap for Ford F150 / 6.5 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,855.00 AWV TC-F150-LB Adrian Steel Commercial Grade Aluminum Truck Cap for F150 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,195.00 AWV TC-SILV15-SB Adrian Steel Commercial Grade Aluminum Truck Cap for GM 1500 / 6.5 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,855.00 AWV TC-SILV15-LB Adrian Steel Commercial Grade Aluminum Truck Cap for GM 1500 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,195.00 AWV TC-RAM15-SB Adrian Steel Commercial Grade Aluminum Truck Cap for RAM 1500 / 2500 / 3500 6.3 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,640.00 FLEET ACCESSORIES 767 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV TC-RAM15-LB Adrian Steel Commercial Grade Aluminum Truck Cap for RAM 1500 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,195.00 AWV TC-SD-SB Adrian Steel Commercial Grade Aluminum Truck Cap for Ford F250/350 6.7 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,110.00 AWV TC-SD-LB Adrian Steel Commercial Grade Aluminum Truck Cap for Ford F250/350 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,415.00 AWV TC-SILVHD-SB Adrian Steel Commercial Grade Aluminum Truck Cap for GM 2500/3500 6.7 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,110.00 AWV TC-SILVHD-LB Adrian Steel Commercial Grade Aluminum Truck Cap for GM 2500 / 3500 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,415.00 AWV TC-RAM25-LB Adrian Steel Commercial Grade Aluminum Truck Cap for Ram 2500 / 3500 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,415.00 AWV TC-SILV_F150-ADD- 1TB Add on Aluminum Truck Cap Tool Box w/ one horizontal divider and 3 vertical dividers (Configuration 7) for Ford 150 & GM 1500 6.5 ft (curbside side only, street side to remain open). Furnished and installed by Advanced Work Vans of Florida.$695.00 AWV TC-RAM-ADD-1TB Add on Aluminum Truck Cap Tool Box w/ one horizontal divider and 3 vertical dividers (Configuration 7) for RAM 1500 6.3 ft (curbside side only, street side to remain open). Furnished and installed by Advanced Work Vans of Florida.$690.00 ADRIAN RACKS/SLIDES/SHELVING AWV TC-2BAR Adrian Steel Aluminum 2- Bar Utility Rack with one ladder stop mounted curbside for Adrian Steel Commercial Grade Aluminum Truck Cap. Furnished and installed by Advanced Work Vans of Florida.$865.00 AWV TC-SLDLR-SB Adrian Steel Grip Lock Single Lock Down Ladder Rack for Adrian Steel Pickup 6'2"-6'10" Topper. Furnished and installed by Advanced Work Vans of Florida.$970.00 AWV TC-SLDLR-LB Adrian Steel Grip Lock Single Lock Down Ladder Rack for Adrian Steel Pickup 8'+ Topper. Furnished and installed by Advanced Work Vans of Florida.$910.00 AWV TC-SSDLR-SB Adrian Steel Prolift Standard Drop, Passenger Side, 6' 2" - 6' 10" Bed, White (Low Topper). Furnished and installed by Advanced Work Vans of Florida.$1,810.00 AWV TC-EB-GM-SB Adrian Steel Extendobed for GM Pickups with 6.5 ft bed.Furnished and installed by Advanced Work Vans of Florida.$3,430.00 AWV TC-EB-FORD-SB Adrian Steel Extendobed for Ford Pickups with 6.5 ft bed. Furnished and installed by Advanced Work Vans of Florida.$3,295.00 AWV TC-EB-RAM-SB Adrian Steel Extendobed for Ram Pickup with 6.3ft bed. Furnished and installed by Advanced Work Vans of Florida.$3,295.00 AWV TC-EB-GM-LB Adrian Steel Extendobed for GM Pickups with 8 ft bed. Furnished and installed by Advanced Work Vans of Florida.$4,170.00 AWV TC-EB-FORD-RAM- LB Adrian Steel Extendobed for Ford & Ram Pickups with 8 ft bed. Furnished and installed by Advanced Work Vans of Florida.$4,035.00 AWV TC-EB-ADD-ELEC-SB Electrical Package added to Extendobed for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,105.00 AWV TC-EB-ADD-HVAC- SB HVAC Package added to Extendobed for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,310.00 AWV TC-STATIC-BASE-SB Base Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$2,330.00 AWV TC-STATIC-BASE-LB Base Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$2,350.00 AWV TC-STATIC-ELEC-SB Electrical Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,555.00 AWV TC-STATIC-ELEC-LB Electrical Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,630.00 FLEET ACCESSORIES 768 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV TC-STATIC-HVAC- SB HVAC Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,900.00 AWV TC-STATIC-HVAC- LB HVAC Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,720.00 AWV TC-STATIC-PLUM-SB Plumbing Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 6 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$4,205.00 AWV TC-STATIC-PLUM- LB Plumbing Starter Shelving Package fixed to cargo floor inside topper for Full Size Pickps with 8 ft Bed. Furnished and installed by Advanced Work Vans of Florida.$5,305.00 AWV TC-F150-SUNSHINE- SB Ford F150 6.5 ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Advanced Work Vans of Florida.$1,180.00 AWV TC-GM-SUNSHINE- SB GM Silverado/Sierra 1500 6.5.ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Advanced Work Vans of Florida.$1,180.00 AWV TC-RAM-SUNSHINE- SB RAM P1500/2500/3500 6.3 ft bed Integrated Truck Solution Lighting - Preferred Kit. Includes 4 strip lights, 2 dome lamps, Plug and Play wiring harnesses, Timer Lighting Module. Furnished and installed by Advanced Work Vans of Florida.$1,155.00 CAB SHIELDS BR 15###Back Rack cab guard for pickup trucks without a cross body tool box.$645.00 BR 15### LB Back Rack cab guard for pickup trucks without a cross body tool box, includes light bar mounting feet.$715.00 BR 15###TB Back Rack cab guard for pickup trucks with cross body tool box.$645.00 BR 15###TB LB Back Rack cab guard for pickup trucks with cross body tool box, includes light bar mounting feet.$715.00 BR 81001-81003 Back Rack beacon mounts for driver and passenger side (beacons not included).$100.00 BR 91001 Back Rack 10.5'' octagon pedestal installed on driver side of cab shield (Works with Go-Light & provides enough clearance for light bar).$55.00 BR 91004 BACK RACK ARROW STICK MOUNTING BRACKET $40.00 SM HAR Sterling vehicle specific headache rack with mesh screen, powder coated black.$1,055.00 SM HAR-RBL Sterling vehicle specific headache rack with centered single beacon mount, powder coated black.$1,150.00 SM HAR-2RBL Sterling vehicle specific headache rack with dual beacon mounts, powder coated black.$1,250.00 SM HAR-LBM Sterling vehicle specific headache rack with centered light bar mount(s), powder coated black.$1,150.00 WG1450 WeatherGuard single side mounted ladder rack for pickups.$975.00 RACKS AS 8AMR-SS SINGLE SIDE BUMPER TO BASE OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,985.00 AS 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack 8' Pick Up or Utility Bed, - expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,310.00 AS 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,895.00 AS 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,725.00 FLEET ACCESSORIES 769 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AS 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$3,985.00 AS 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,570.00 AS 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,895.00 AS 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,935.00 AS 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,010.00 AS 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication.$4,310.00 AS 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $4,780.00 AS 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube furnished and installed by All Steel Fabrication. $5,625.00 K BUY ATR Aluminum overhead truck rack without side rails, full size trucks only (INSTALLED).$1,880.00 K BUY ATR-S Aluminum overhead truck rack WITH side rails, full size trucks only (INSTALLED).$2,805.00 AJ CONE Simple wire framed cone holder, mounted to center of front bumper (unless otherwise specified).$95.00 K ATR 1215-LONG ATR Accessory Cross Members Long Beds $210.00 AJ OHMR-1000 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1000lb.$1,570.00 AJ OHMR-1700 Kargo Master Pro II HD overhead truck rack, powder coated modular, 1700lb.$2,170.00 WG1425-3 WeatherGuard single side muoted ladder rack for utility bodies.$1,300.00 AS UNIV-BIN SERVICE BODY OPTION: HD Aluminum Fitting Bin 84" long with welded in dividers eveney spaced. Can be mounted on- top. Will not work with flip top boxes. Custom dimensions availble upon request $1,185.00 TOOL BOXES ATB-14 HD Aluminum tool box with standard height single lid and 14'' depth.$535.00 ATB-18 HD Aluminum tool box with standard height single lid and 18'' depth.$575.00 ATB-18-LP HD Aluminum tool box with low-profile single lid and 18'' depth.$625.00 ATB-18-LP-BLACK -BLACK - Dealer Provided HD Aluminum Diamond Plate Low Pro Tool Box 18'' Depth.$640.00 SMB-48 (2) side mounted 48'' tool boxes with standard height lids.$925.00 SMB-68 (2) side mounted 68'' tool boxes with standard height lids.$970.00 SMB-72 (2) side mounted 72'' tool boxes with standard height lids.$1,080.00 3BOX SWB Includes standard height 18'' depth saddle box with single lid and (2) 48'' bed rail mounted standard height side tool boxes.$1,555.00 3BOX LWB Includes standard height 18'' depth saddle box with single lid and (2) 72'' bed rail mounted standard height side tool boxes.$1,715.00 FLEET ACCESSORIES 770 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION WG ATB-GULL WEATHERGUARD model 114-0-01 gull wing extra wide aluminum diamond plate tool box, installed.$1,510.00 48TB 48'' Chest Tool Box mounted against bulkhead in utility body.$540.00 BOX REMOVAL D-BOX REMOVE FACTORY PICKUP BOX & HAVEST CAMERA FOR RE-INSTALLATION IN AFTERMARKET EQUIPMENT.$155.00 CAB STEPS STEP3-REG 3'' black tubular cab step for regular cab pickup.$435.00 STEP3-EXT 3'' black tubular cab step for extended cab pickup.$470.00 STEP3-CREW 3'' black tubular cab step for crew cab pickup.$475.00 FUEL TANKS FNT85 85 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use in short bed PU or Utility body.$2,285.00 FNT100 100 Gallon Fuel n Tool Combo with L-shaped fuel tank, tool box, 13GPM fuel transfer pump, hose, nozzle, filter, and GPI inline digital flow meter for use with long bed PU.$2,340.00 110 FTT 100 Gallon fuel transfer tank. Includes GPI 12V fuel pump, 3/4 x 4'' filter kit (10 micron), GPI digital fuel meter, 3/4'' spring loaded retractable fuel hose reel with 25' hose and nozzle, tank installed to bulkhead of utility body with hose reel installed to curbside front compartment top. Compartment top to be reinforced with reel mounted on angle facing rearward for side access. $3,760.00 ATI 95CB ATI Aluminum Tanks Incorporated- 95 Gallon Fuel Tank & Tool Box Combo. Filter Kit, Digital Fuel Meter, Fill Rite 12V 15 gpm Auto Nozzle, ReelCraft 25' long 3/4'' Dia. Retractable Hose with Reel, hose whip from pump to reel. Furnished and Installed with Single In Cab On/Off switch. $3,895.00 GENERAL 5GCR WATER COOLER RACK & 5 GAL WATER CASK, INSTALLED.$220.00 BOLT2 (2) BOLT lock pad locks, keyed to vehicle ignition key.$110.00 AJ D-BOX REMOVE FACTORY PICKUP BOX FOR AFTERMARKET BODY INSTALLATION.$195.00 9L7-INST GM UPFITTER SWITCH INSTALL.$195.00 AJ BEDLIGHT Alan Jay to furnish and install bed ligting, with an illuminated switch in the end of bed.$315.00 LINERS AND COATINGS VANS UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB-VAN HD Scorpion spray on bed liner applied to floor surface of cargo area including approximately 6'' up the side walls and partition of cargo van.$970.00 TRUCKS PBL Plastic bed liner.$340.00 UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB SH HD Scorpion spray on bed liner (short bed) under rail.$760.00 HD SOB LG HD Scorpion spray on bed liner (long bed) under rail.$855.00 HD USOB HD Scorpion spray on bed liner applied inside cargo area of 8' & 9' utility body.$855.00 HD USOB-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 8' & 9' utility body.$1,180.00 FLEET ACCESSORIES 771 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HD USOB-11 HD Scorpion spray on bed liner applied inside cargo area of 11' utility body.$1,000.00 HD USOB-11-TB HD Scorpion spray on bed liner applied inside cargo area, tops of boxes, and rear bumper of 11' utility body.$1,290.00 HD SOB-BUMP HD Scorpion spray on bed liner applied to bumper only.$345.00 HD SOB-COMP HD Scorpion spray on bed liner applied to inside of horizontal compartments and inside surface of lid on utility body, both sides.$525.00 CHASSIS UBC TiteSeal AutoBody Rubberized protective under body coating (rust inhibitor).$690.00 HD SOB-FLAT HD Scorpion spray on bed liner applied to surface of 8' & 9' flat bed.$995.00 HD SOB-11-FLAT HD Scorpion spray on bed liner applied to surface of 11' & 12' flat bed.$1,035.00 HD SOB-16-FLAT HD Scorpion spray on bed liner applied to surface of 14' & 16' flat bed.$1,395.00 HD SOB-18-FLAT HD Scorpion spray on bed liner applied to surface of 18' & 20' flat bed.$1,540.00 FLEET ACCESSORIES 772 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LOW ROOF CARGO VAN GM PARTITION AWV GM-PART Adrian Steel Partition Perforated top Center & Passenger Panels for GM Full Size Vans ( no door ). Furnished and installed by Advanced Work Vans of Florida.$930.00 AWV GM-PART-DOOR Adrian Steel Partition Perforated Top Center & Passenger Panels for GM Full Size Vans ( w/door ). Furnished and installed by Advanced Work Vans of Florida.$1,070.00 40640 + 406GM + 40620 GM Express Roof Partition with perforated center/passenger side panels & door latch kit.$1,075.00 AWV PARGM-NW Adrian Steel Composite Partition for GM Full Size Vans (No Window). Furnished and installed by Advanced Work Vans of Florida.$1,700.00 AWV PARGM Adrian Steel Composite Partition for GM Full Size Vans (With Window). Furnished and installed by Advanced Work Vans of Florida.$1,725.00 AWV 5384G Adrian Steel Poly Liner with Partition for GM Full Size Van Std WB. Furnished and installed by Advanced Work Vans of Florida.$4,040.00 TRANSIT PARTITION AWV PARFTL Adrian Steel Composite Partition PARFTL for Ford Full Size Cargo Van Low Roof Includes Wing Kit With Window furnished and installed by Advanced Work Vans of Florida. $1,725.00 AWV PARFTL-NW Adrian Steel Composite Partition PARFTL-NW for Ford Full Size Cargo Van Composite Partition Low Roof Includes Wing Kit No Window furnished and installed by Advanced Work Vans of Florida.$1,700.00 40640 + 40649TL + 40620 Ford Transit Low Roof Partition with perforated center/passenger side panels & door latch kit.$1,115.00 AWV S1M2C2FSV Adrian Steel Partition S1M2C2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( no doo+B5r ) furnished and installed by Advanced Work Vans of Florida.$1,085.00 AWV S1M2HC2FSV Adrian Steel Partition S1M2HC2FSV Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Low Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,220.00 PROMASTER PARTITION AWV S1M2C2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( no door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,345.00 AWV S1M2HC2PM Adrian Steel Ram ProMaster Partition and Wing Kit ( w/door ) Perforated Top Center & Passenger Panels furnished and installed by Advanced Work Vans of Florida.$1,440.00 40651 + 4064P + 40620 ProMaster Low/High Roof Partition with perforated center/passenger side panels & door latch kit.$1,230.00 WINDOW SCREENS AWV SCREEN-FTL2 Adrian 60-134/60-135 window security screens, both rear doors, Ford Transit Low Roof furnished and installed by Advanced Work Vans of Florida $285.00 GM SHELVING PACKAGES AWV 4316G Adrian Steel Commercial Bin Base Plus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$3,930.00 AWV 4316GX Adrian Steel Commercial Bin Base Plus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$3,995.00 AWV 4317G Adrian Steel General Service Base Plus Shelving Package with Partition for GM Full Size Van STD WB. Furnished and installed by Advanced Work Vans of Florida.$5,130.00 AWV 4317GX Adrian Steel General Service Base Plus Shelving Package with Partition for GM Full Size Van EXT WB. Furnished and installed by Advanced Work Vans of Florida.$5,195.00 VAN EQUIPMENT 773 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV 4319G Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 135'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,275.00 AWV 4319GX Adrian Steel Electrical/Gas Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,340.00 AWV 4318G Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,000.00 AWV 4318GX Adrian Steel PHVAC Shelving Package for Full Size CHEVY EXPRESS / GMC SAVANA 155'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,065.00 4001C KARGO MASTER BASE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,650.00 4013C KARGO MASTER BASE 46'' H SHELVES - GM 155'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $4,085.00 4003C KARGO MASTER COMMERCIAL BIN 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $4,110.00 4004C KARGO MASTER GENERAL SERVICE 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $4,930.00 4005C KARGO MASTER ELECTRICAL CONTRACTOR 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,310.00 4006C KARGO MASTER HVAC 46'' H SHELVES - GM 135'' WB 40640 Partition - Perforated, 406GM Partition Wing Kit - GM x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1 $6,465.00 FORD SHELVING PACKAGES AWV 5156TL130 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,825.00 AWV 5156TL148 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$3,845.00 AWV 4317TL130 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,445.00 AWV 4317TL148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,465.00 AWV 4319TL130 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,595.00 AWV 4319TL148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,615.00 AWV 4318TL130 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Low Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,760.00 AWV 4318TL148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Low Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,785.00 40TLL KARGO MASTER BASE 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3 $4,120.00 VAN EQUIPMENT 774 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 40TRL KARGO MASTER BASE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3 $3,690.00 41TLL KARGO MASTER GENERAL SERVICE 46'' H SHELVES - TRANSIT 146'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $5,480.00 41TLM KARGO MASTER GENERAL SERVICE 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,490.00 42TLL KARGO MASTER ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $6,860.00 43TRL KARGO MASTER COMMERCIAL BIN 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 406TL Partition Wing Kit - Transit Low Roof x 1, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48180 Shelf Unit - Shelf Lip 20'' L x 1 $4,150.00 44TRL KARGO MASTER GENERAL SERVICE 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40010 Shelf Door Kit 42'' W x 2, 40060 Hook 3 Prong ''J'' x 2, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $4,985.00 45TLL KARGO MASTER HVAC 46'' H SHELVES - TRANSIT 148'' WB LOW ROOF 40640 Partition - Perforated, 48520 Shelf Unit - 52'' W x 46'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 2 $7,010.00 45TRL KARGO MASTER ELECTRICAL CONTRACTOR 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 1, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,935.00 46TRL KARGO MASTER HVAC 46'' H SHELVES - TRANSIT 130'' WB LOW ROOF 40640 Partition - Perforated, 48420 Shelf Unit - 42'' W x 46'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40070 Drawer Cabinet - 2 Drawers x 2, 40080 Drawer Cabinet - 3 Drawers x 1, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 48240 20'' W Plastic Small Parts Bin Module (12 - 5'' W Bins) x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,500.00 RAM SHELVING PACKAGES AWV 5180 Adrian Steel General Service Shelving Package Ram ProMaster 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,710.00 AWV 5182 Adrian Steel Security Shelving Package Ram ProMaster 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,260.00 AWV 5181 Adrian Steel Electrical Contractor Shelving Package Ram ProMaster 136'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,890.00 40PMS KARGO MASTER BASE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $4,860.00 41PMS KARGO MASTER GENERAL SERVICE 60'' H SHELVES - PROMASTER 118'' & 136'' WB LOW ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,060.00 42PMS KARGO MASTER ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,105.00 VAN EQUIPMENT 775 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 45PMS KARGO MASTER HVAC 60'' H SHELVES - PROMASTER 136'' WB LOW/HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $6,755.00 GM LADDER RACKS AWV GM 2B6W Aluminum Adrian Steel 2- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$870.00 AWV GM 3B6W Adrian Steel Aluminum 3- Bar Utility Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,315.00 AWV GL61GM Adrian Steel Grip Lock Single Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$940.00 AWV GL63GM Adrian Steel Grip Lock Double Lock Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,370.00 AWV PLS61GM Adrian Steel Single Slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$1,780.00 AWV PLS63GM Adrian Steel Double slide Down Ladder Rack for GM Full Size Van. Furnished and installed by Advanced Work Vans of Florida.$3,075.00 4082L + 408CC GM Express/Savana - Single Clamp & Lock Ladder Rack (Curb Side Only)$1,170.00 4082L + 408CC + 4081L GM Express/Savana - Dual Clamp & Lock Mechanism $1,645.00 4092L + 409CD GM Express/Savana - Single Drop Down Ladder Rack (Curb Side Only)$1,980.00 4092L + 409CD + 40963 GM Express/Savana - Dual Drop Down Mechanism $3,445.00 FORD LADDER RACKS AWV 3BARRFT-W Adrian Steel 3- Bar Ladder rack Utility Rack Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,670.00 AWV 2BARRFT-W Adrian Steel 2- Bar Ladder rack Utility Rack with Rear Roller Bar Ford Full Size Transit Cargo Low Roof Rack furnished and installed by Advanced Work Vans of Florida.$1,255.00 AWV GL61TL Adrian Steel Single Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,300.00 AWV GL63TL Adrian Steel Double Lock Down GripLock Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$1,725.00 AWV PLS61TL Adrian Steel Single Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida. $2,130.00 AWV PLS63TL Adrian Steel Double Slide Down Ladder rack Ford Full Size Transit Cargo Low Roof furnished and installed by Advanced Work Vans of Florida.$3,425.00 4092L + 409TD Ford Transit Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,250.00 4082L + 408TC + 4081L Ford Transit Low Roof - Dual Clamp & Lock Mechanism $1,695.00 4092L + 409TD + 40963 Ford Transit Low Roof - Dual Drop Down Mechanism $3,595.00 RAM LADDER RACKS AWV PM 3B6W RRB Adrian Steel 3- Bar Rack Ladder Racks Full Size Van Aluminum Utility Rack Ram ProMaster ( Standard Roof ) furnished and installed by Advanced Work Vans of Florida.$1,745.00 AWV PLM61PL Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$2,870.00 AWV PLM63PL Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 118'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,570.00 VAN EQUIPMENT 776 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 4097M + 4081P ProMaster Low Roof - Single Drop Down Ladder Rack (Curb Side Only)$2,495.00 4097M + 4081P + 40983 ProMaster Low Roof - Dual Low Roof - Drop Down Mechanism $3,920.00 MEDIUM ROOF CARGO VAN TRANSIT PARTITIONS AWV S1M2HC2TRM Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (w/door ) furnished and installed by Advanced Work Vans of Florida.$1,455.00 40660 + 40669TM + 40620 Ford Transit Mid/ Roof Partition with perforated center/passenger side panels & door latch kit.$1,275.00 AWV S1M2C2TRM Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van Medium Roof (no door ) furnished and installed by Advanced Work Vans of Florida.$1,365.00 TRANSIT SHELVING PACKAGES AWV 5156TM130 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$4,935.00 AWV 5156TM148 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,105.00 AWV 4317TM130 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,605.00 AWV 4317TM148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,775.00 AWV 4318TM130 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,295.00 AWV 4318TM148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,465.00 AWV 4319TM130 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 130'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,785.00 AWV 4319TM148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo Medium Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,955.00 40TLM KARGO MASTER BASE 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 52″Adjustable Tall Shelf Unit [52″ Width x 60″ Height x 14″ Depth] (48524) x 3 Van Interior Partition x 1 Ford Transit Mid/High Roof Partition Kit: (40651+406TH)$5,235.00 40TRM KARGO MASTER BASE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3 $4,840.00 41TRM KARGO MASTER GENERAL SERVICE 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 4, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $5,910.00 42TLM KARGO MASTER ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 148'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $7,630.00 42TRM KARGO MASTER ELECTRICAL CONTRACTOR 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 8, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1 $7,085.00 VAN EQUIPMENT 777 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 45TLM KARGO MASTER HVAC 60'' H SHELVES - TRANSIT 146'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $7,210.00 45TRM KARGO MASTER HVAC 60'' H SHELVES - TRANSIT 130'' WB MID ROOF 40651 Partition - Perforated, 406TM Partition Wing Kit - Transit Mid Roof x 1, 48424 Shelf Unit - 42'' W x 60'' H x 14'' D x 3, 40010 Shelf Door Kit 42'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Re frigerant Tank Rack - 3 Tier x 1, 40270 Hanging File Holder x 1, 40060 Hook 3 Prong ''J'' x 1, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 1 $6,735.00 TRANSIT LADDER RACKS AWV PLM61TM Adrian Steel Single Slide Max Down Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida. $2,570.00 AWV PLM63TM Adrian Steel Double Slide Down Max Ladder rack Ford Full Size Transit Cargo Med Roof furnished and installed by Advanced Work Vans of Florida.$4,305.00 4097M + 4081T Ford Transit Mid Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,005.00 4097M + 4081T + 40983 Ford Transit Mid Roof - Dual EZ Drop Down Mechanism $4,930.00 WINDOW SCREENS AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Advanced Work Vans of Florida.$350.00 HIGH ROOF CARGO VAN TRANSIT PARTITIONS AWV S1M2C2TR Adrian Steel Partition S1M2C2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( no door ) furnished and installed by Advanced Work Vans of Florida.$1,360.00 AWV S1M2HC2TRH Adrian Steel Partition S1M2HC2PM Perforated Top Center & Passenger Panels Includes Wing Kit for Ford Full Size Cargo Van High Roof ( w/door ) furnished and installed by Advanced Work Vans of Florida.$1,480.00 40660 + 40669TH + 40620 Ford Transit High Roof Partition with perforated center/passenger side panels & door latch kit.$1,315.00 TRANSIT SHELVING PACKAGES AWV 5156TH148 Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$5,125.00 AWV 5156TH148X Adrian Steel Base Commercial Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$5,130.00 AWV 4317TH148 Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,920.00 AWV 4317TH148X Adrian Steel General Service Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$6,925.00 AWV 4318TH148 Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,485.00 AWV 4318TH148X Adrian Steel PHVAC Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,490.00 AWV 4319TH148 Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$7,980.00 AWV 4319TH148X Adrian Steel Electrical/Gas Shelving Package for Full Size Transit Cargo High Roof 148'' Wheel Base Extended furnished and installed by Advanced Work Vans of Florida.$7,985.00 VAN EQUIPMENT 778 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PROMASTER SHELVING PACKAGES AWV 5185 Adrian Steel General Service Shelving Package RAM ProMaster 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$6,955.00 AWV 5186 Adrian Steel Electrical Contractor Shelving Package Ram ProMaster 159'' Wheel Base furnished and installed by Advanced Work Vans of Florida.$8,290.00 40PML KARGO MASTER BASE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3 $5,255.00 41PML KARGO MASTER GENERAL SERVICE 60'' H SHELVES - PROMASTER 159'' WB HIGH ROOF 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40080 Drawer Cabinet - 3 Drawers x 1, 40090 Drawer Cabinet - 4 Drawers x 1, 40060 Hook 3 Prong ''J'' x 2, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $6,510.00 42PML KARGO MASTER ELECTRICAL CONTRACTOR 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 2, 40090 Drawer Cabinet - 4 Drawers x 2, 40060 Hook 3 Prong ''J'' x 1, 40230 Wire Reel Holder - 5 Spindle x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 10, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $7,650.00 45PML KARGO MASTER HVAC 60'' H SHELVES - PROMASTER HIGH ROOF 159'' WB 40651 Partition - Perforated, 4064P Partition Wing Kit - ProMaster Low/High Roof x 1, 48524 Shelf Unit - 52'' W x 60'' H x 14'' D x 3, 40040 Shelf Door Kit 52'' W x 1, 40070 Drawer Cabinet - 2 Drawers x 2, 40200 Refrigerant Tank Rack - 3 Tier x 1, 40060 Hook 3 Prong ''J'' x 1, 40270 Hanging File Holder x 1, 40310 Small Parts Shelf Bin - 10'' W Plastic x 5, 40030 Shelf Dividers 6'' Tall (Set of 6) x 1, 48190 Shelf Unit - Shelf Lip 10'' L x 1 $7,235.00 TRANSIT LADDER RACKS 4099H + 409TD Ford Transit High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,005.00 4099H + 409TD + 40913 Ford Transit High Roof - Dual EZ Drop Down Mechanism $4,930.00 PROMASTER LADDER RACKS AWV PLM61PL136 Adrian Steel Single Drop Down Ladder Racks Full Size Ram ProMaster ( 136'''' WB ) furnished and installed by Advanced Work Vans of Florida.$2,905.00 AWV PLM63PL136 Adrian Steel Double Drop Down Ladder Racks Full Size Ram ProMaster ( 136'' WB ) furnished and installed by Advanced Work Vans of Florida.$4,600.00 4099H + 4081P ProMaster High Roof - Single EZ Drop Down Ladder Rack (Passenger Side)$3,085.00 4099H + 4081P + 40913 ProMaster High Roof - Dual EZ Drop Down Mechanism $5,010.00 WINDOW SCREENS AWV SCREEN-FTMH2 Adrian 60-132/60-133 window security screens, both rear doors, Ford Transit mid/high roof furnished and installed by Advanced Work Vans of Florida.$350.00 E-TRANSIT ADD ON AWV E-TransLR130 E-Transit Package Required No Drill upgrade - Transit Low Roof 130 WB furnished and installed by Advanced Work Vans of Florida.$170.00 AWV E-TransLR148 E-Transit Package Required No Drill upgrade - Transit Low Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$445.00 AWV E-TransMR148 E-Transit Package Required No Drill upgrade - Transit Mid & High Roof 148 WB furnished and installed by Advanced Work Vans of Florida.$195.00 ADVANCED WORK VANS ACC AWV 4LED-A Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER) furnished and installed by Advanced Work Vans of Florida.$1,530.00 VAN EQUIPMENT 779 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AWV 4LED-AW Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (AMBER/WHITE) furnished and installed by Advanced Work Vans of Florida.$1,530.00 AWV 4LED-W Four Corner LED Kit, with (2) LED's installed in front grille/bumper & (2) LED's installed on rear bumper or body depending on vehicle (WHITE) furnished and installed by Advanced Work Vans of Florida.$1,530.00 AWV SOB-VAN Van floor spray on bedliner, provides coverage of the entire cargo floor and lower section of walls and partition.$1,650.00 AWV TS-1500 VANNER 1500 Watt Pure Sine Power Inverter w/ Wiring harness and Circuit Breaker mounted to back of partition, passenger side furnished and installed by Advanced Work Vans of Florida.$2,000.00 DRY FREIGHT BOXES 12' ALUMINUM BOX K CUT 12 AL KNAPHEIDE 12' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,560.00 AF CUT 12 AL J & B Aluminum 12' L x 96" W x 84" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,420.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$490.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 14' ALUMINUM BOX K CUT 14 AL KNAPHEIDE 14' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,535.00 AF CUT 14 AL J & B Aluminum 14' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,300.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$490.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 15' ALUMINUM BOX AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$490.00 16' ALUMINUM BOX K CUT 16 AL KNAPHEIDE 16' Aluminum 96''X84'' Cutaway, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,485.00 AF CUT 16 AL J & B Aluminum 16' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,735.00 AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$490.00 K DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$425.00 17' ALUMINUM BOX AF DOOR-SLIDE ADD SLIDING BULKHEAD DOOR TO CUTAWAY.$490.00 18' ALUMINUM BOX AF CUT 18 AL J & B Aluminum 18' L x 96" W x 96" H Cutaway Bodies: Aluminum w/Plywood Interior, Radius Front, Pine Floor, 10" x 72" Rear Step Bumper, Solid Bulkhead, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,425.00 VAN EQUIPMENT 780 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PRISONER TRANPORT SYSTEMS SINGLE COMPARTMENT AA 1-REG COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $16,720.00 AA 1-EXT COMP PTS American Aluminum SINGLE compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $17,585.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,365.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,835.00 AA INTERCOM-1 American Aluminum intercom system for SINGLE compartment transport system.$675.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$1,575.00 AA CONSOLE American Aluminum console box $770.00 AA REAR American Aluminum rear step.$1,095.00 TWO COMPARTMENT AA 2-REG COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $16,720.00 AA 2-EXT COMP PTS American Aluminum TWO compartment prisoner transport system with rear door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $17,585.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$290.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,365.00 AA CUSH-1 American Aluminum seat cushions for 1 or 2 compartment prisoner transport systems.$2,835.00 AA CAMERA-2 American Aluminum TWO compartment camera system includes: (2) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,585.00 AA INTERCOM-2 American Aluminum intercom system for TWO compartment transport system.$950.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$1,575.00 AA CONSOLE American Aluminum console box $770.00 AA REAR American Aluminum rear step.$1,095.00 THREE COMPARTMENT MW ADA PRISONER MOBILITY WORKS WHEEL CHAIR LIFT, Shoulder Track -Pair-Full Length Shoulder tracks on driver and passenger side, Q-Straint Slide and Click 4-button wheelchai securement system with retractable lap and shoulder belts (LEVEL 3) Braun automatic ADA Lift, 34'' x 51'' platform, Century Seriies Model C919 IB, Side door mounted, ADA interlock, spot lights on lift, FMVSS 403 & 404 compliant - manual roll stop, Floor color black, Altro Floor Covering, in black - LWB Wagon LWB 3/4'' Plywood subfloor - MUST Use Q'Straint Slide and Click, vehicle prep, cleanup, QA payload, required certifications/lables, training CD's, emergency exit and no smoking stickers. $22,420.00 VAN EQUIPMENT 781 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA ADA PRISONER AMERICAN ALUMINUM 3 COMPARTMENT MODULE 2 rear compartments, 4 seats on each side. Includes: Rear step, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same. ***CARPETED FRONT BULKHEAD **INMATE TRANSPORT SOLID ESCAPE HATCHES FOR INMATE TRANSPORT * DROP DOWN DOORS * CUSTOM OPTION *Front compartmentwill be Wheelchair Lift compartment (REQUIRES FACTORY REAR HVAC & MID/HIGH ROOF VAN) - Requires MW ADA PRISONER. $20,485.00 AA 3-REG COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van). $17,445.00 AA 3-EXT COMP PTS American Aluminum THREE compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van). $18,310.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$290.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,365.00 AA STORAGE American Aluminum under the front bench storage sytem for THREE compartment system.$1,780.00 AA SQUISH American Aluminum SQUISH seat for creating a single compartment on an as needed basis for THREE compartment systems.$1,820.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,555.00 AA INTERCOM-3 American Aluminum intercom system for THREE compartment transport system.$1,230.00 AA CAMERA-3 American Aluminum THREE compartment camera system includes: (3) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,750.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$1,575.00 AA CONSOLE American Aluminum console box $770.00 AA REAR American Aluminum rear step.$1,095.00 AA SIDE American Aluminum side step.$1,095.00 FOUR COMPARTMENT AA 4-REG COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and short wheel base cargo van WITH dual sliding side cargo access doors). $17,445.00 AA 4-EXT COMP PTS American Aluminum FOUR compartment prisoner transport system with rear and side door entry includes: seat belts, center console, rear step powder coated black, interior protected LED lighting, all hoses, clamps and hardware for hooking up rear factory A/C, diamond plate aluminum floor, 6,000 pound slam locks with Camlocker T-Handles, all locks keyed the same (REQUIRES FACTORY A/C and long wheel base cargo van WITH dual sliding side cargo access doors). $18,310.00 AA SDD American Aluminum solid drop doors to block all visibility between compartments.$290.00 AA CARPET Upgrade American Aluminum prisoner transport system to include a carpeted bulkhead in order to reduce odor and noise.$1,365.00 AA CUSH-3 American Aluminum seat cushions for 3 or 4 compartment prisoner transport systems.$3,555.00 AA INTERCOM-4 American Aluminum intercom system for FOUR compartment transport system.$1,505.00 AA CAMERA-4 American Aluminum FOUR compartment camera system includes: (4) tamper proof dome cameras, (1) CCD backup camera, (1) 5-channel mobile DBR with GPS, and (1) 7'' LCD monitor.$2,915.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$1,575.00 AA CONSOLE American Aluminum console box $770.00 VAN EQUIPMENT 782 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA REAR American Aluminum rear step.$1,095.00 AA SIDE American Aluminum side step.$1,095.00 RECYCLED PRISONER TRANSPORT SYSTEM AA UNINSTALL Uninstall customer provided prisoner transport system, includes transportation to-from Perry, FL.$3,760.00 AA CLEAN Sanitize customer provided prisoner transport system.$1,050.00 AA INSTALL Re-install customer provided prisoner transport system, includes transportation from Perry, FL.$2,665.00 AA INSULATE American Aluminum rear cargo insulation with R4 and R11 applied to interior walls prior to install.$1,575.00 AA REAR American Aluminum rear step.$1,095.00 AA SIDE American Aluminum side step.$1,095.00 PASSENGER VAN SCREEN SYSTEM AA EZ SCREEN American Aluminum EZ SCREEN system includes front partition with plexiglass covered 1-1/2'' punched mesh screen window and 1/2'' punched side / rear window guards.$5,375.00 AA PART American Aluminum additional partitions for EZ SCREEN system, please specity middle or rear.$2,085.00 AA SIDE American Aluminum side step.$1,095.00 COVERED VAN BODIES KNAPHEIDE KUV K KUV129SU-GM Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $22,910.00 K KUV129SU-T Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 31K and 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,340.00 K KUV129SU-E Knapheide 11' KUV 129SU SRW ultra low roof with 55.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires VP7 and DEB or DHC) / Ford Econoline 138'' WB (requires 31H and 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $18,310.00 K KUV129SH-T Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $30,475.00 K KUV129SH-E Knapheide 11' KUV 129SH SRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $27,615.00 K KUV129DH-T Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera & remote keyless entry. To be mounted on Ford Transit (requires 541 or 545 or 543 or 544) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $30,735.00 K KUV129DH-E Knapheide 11' KUV 129DH DRW high roof with 75.8'' interior cargo height, 14.5'' compartment depth, includes mounting of factory rear camera. To be mounted on Chevy Express 139'' WB (requires DEB or DHC) / Ford Econoline 138'' WB (requires 54D or 54E) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $29,085.00 KNAPHEIDE KUV ACCESSORIES K KUV CLIII Knapheide Class III hitch for Ford Transit with 7-pin round wire connector $890.00 K KUV CLV Knapheide Class V hitch for Express/Econoline with 7-pin round wire connector $830.00 K KUV NO-TOW TOW HITCH NOT AVAILABLE ON THIS MODEL $0.00 VAN EQUIPMENT 783 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K KUV-3BOW Knapheide 3 bow ladder rack, installed.$1,140.00 K KUV-DDD Knapheide double drop down ladder rack, installed.$4,765.00 K KUV-RKE-E Knapheide power lock system for Econoline/Express KUV installation.$2,415.00 K KUV-SDD Knapheide single drop down ladder rack, installed.$2,585.00 DVA - READING CSV CUT DVA RVSL57-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 57'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $17,690.00 DVA RVSL75-132AP SW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $18,420.00 DVA RVSL75-132AP DW 11'' Reading Steel Standard Line Ready Van enclosed service body factory powder coated white with 75'' height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $19,395.00 DVA AL-CVS57-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 57'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $22,450.00 DVA AL-PSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $22,450.00 DVA AL-CVS75-132AP SW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $23,160.00 DVA AL-PSV75-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 75'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req RAM ProMaster cutaway with 136'' WB & single rear wheel. $23,160.00 DVA AL-CVS75-132AP DW 11' Reading Aluminum CSV Classic service van powder coated white with pooched rear bumper & 75'' height (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis $24,340.00 DVA 3BL RSV 132 3- Bar Ladder Rack $1,125.00 DVA - READING CSV CHASSIS DVA AL-TSC57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $21,860.00 DVA AL-TSC57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $21,980.00 DVA AL-TSC72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & dual rear wheel. $24,340.00 DVA AL-TSC72-132AP SW 11'Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit chassis cab with138'' WB & single rear wheel. $22,450.00 DVA AL-TSV57-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $22,450.00 VAN EQUIPMENT 784 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA AL-TSV57-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 57'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $22,215.00 DVA AL-TSV72-132AP DW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & dual rear wheel. $24,340.00 DVA AL-TSV72-132AP SW 11' Reading Aluminum CSV Classic Service Van powder coated white with pooched rear bumper and 72'' height. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req Ford Transit cutaway with138'' WB & single rear wheel. $22,450.00 READING CORP CSV CUT AF SL132-RVAN57-SRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 57" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req single rear wheel Ford E series cutaway or GM Express cutaway chassis. $21,360.00 AF SL132-RVAN75-DRW 11" Steel Standard Line Ready Van enclosed service body factory powder coated white with 75" height and SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req dual rear wheel Ford E series cutaway or GM Express cutaway chassis. $23,190.00 MASTERACK - READING LOW ROOF AF MR-PART-WOD-LR Standard Steel Partition, (No Door) Low Roof, installed.$1,280.00 AF MR-PART-WD-LR Standard Steel Partition, with Hinged Door, installed.$1,410.00 AF MR-BASE-LR Masterack Base shelving package with Partition ( No Door) Ford Transit, GM Low Roof $4,540.00 AF MR-CONT-LR Masterack Service Contractor shelving package with Partition Ford Transit, GM Low Roof $5,925.00 AF MR-ELEC-LR Masterack Electrician shelving package with Partition Ford Transit, GM Low Roof $6,465.00 AF MR-HVAC-LR Masterack HVAC shelving package with Partition Ford Transit, GM Low Roof LWB $7,565.00 AF MR-SDDLR-LR UPLYFT Ladder rack Single drop down, low roof, installed.$3,130.00 AF PD-DDDLR-LR Prime Design Ladder Rack, Dual Drop Down C/S & R/S, 3 crossbars, low roof van, installed.$5,085.00 MEDIUM / HIGH ROOF AF MR-PART-WOD-MHR Steel partition for high/ medium roof with Hinged Door, installed.$1,575.00 AF MR-BASE-MHR Masterack Base shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $5,960.00 AF MR-CONT-MHR Masterack Service Contractor shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $7,745.00 AF MR-ELEC-MHR Masterack Electrician shelving package with Partition Ford Transit, ProMaster, Sprinter LR Med/ High Roof $8,950.00 AF MR-HVAC-MHR Masterack HVAC shelving package with Partition Ford Transit, Sprinter LR Med/ High Roof LWB $9,345.00 AF MR-SDDLR-MHR UPLYFT Ladder rack Single drop down, Medium Roof, installed.$3,400.00 AF MR-DDDLR-MHR UPLYFT Ladder Rack Double, medium roof, installed.$4,920.00 AF PD-DDDLR-MHR Prime Design Ladder Rack, Dual Drop Down C/S & R/S, 2 crossbars, high-medium, installed.$4,740.00 ACCESSORIES AF 1ST-AID FIRST AID KIT & Holder, Mounted behind driver seat $120.00 AF PIPE Conduit Tube 10" x 5" Aluminim $830.00 VAN EQUIPMENT 785 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF 2-BOW Two Bow Utility Carriers $565.00 AF UTILITY Utility Carriers $820.00 WEATHER GUARD - DVA DVA WG-GENSERV-LR Weather Guard - Powder Coated White - INC - Bulkhead, door kit, 2 driver side shelves I passenger side shelf $4,065.00 DVA WG-GENSERV-MHR Weather Guard - Powder Coated White - INC - Bulkhead, door kit, 2 driver side shelves I passenger side shelf $5,010.00 DVA WG-HVAC-PLUM- ELE-LR Weather Guard - Powder Coated White - INC - HVAC/Plumber/Electrition Bulkhead, door kit, 2 driver side shelves I passenger side shelf +++$6,495.00 DVA WG-SSDDLR Full size Van - Weather Guard - Aluminum Powder Coated White Single side Drop Down Ladder Rack $2,500.00 DVA WG-DDDLR Full size Van - Weather Guard - Aluminum Powder Coated White Double Drop Down Ladder Rack $4,375.00 DVA WG-3BAR Full size Van - Weather Guard - Powder Coated White 3 Bar Ladder Rack $1,185.00 VAN EQUIPMENT 786 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PICKUP TRUCK GATES Knapheide K LG13-PU Maxon C2-60-1342 TP27 1300 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$5,110.00 K LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,295.00 K LG15-PU Maxon C2-60-1542 TP27 1500 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$5,445.00 K LG15-2PC-PU Maxon C2-60-1542 TP38 1500 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,715.00 K CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$220.00 K REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $220.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 DVA DVA LG13-PU Maxon C2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$5,020.00 DVA LG13-PU-2PC Maxon C2-60-1342 TP38Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC for Pickup Trucks (includes credit for tailgate & duplicate STT lights).$5,260.00 DVA CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$275.00 DVA REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $275.00 Reading AF LG13-PU Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 27"+ 4" for Pickup Trucks $5,875.00 AF LG13-PU-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $6,615.00 AF LG15-PU Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 27"+ 4" for Pickup Trucks $6,620.00 AF LG15-PU-2PC Tommy Dual Hyd Cylinder Lift 1500 lb Capacity 55" x 38"+ 4" 2- PC for Pickup Trucks $6,990.00 AF CAMERA-LG FACTORY CAMERA INSTALL IN LIFT GATE $300.00 AF REVERSE-LG FACTORY REVERSE SENSOR RELOCATE TO LIFT GATE.$400.00 PREMIER TRUCK PTC LG13-PU Tommy Gate G2-60-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,300.00 PTC LG13-2PC-PU Tommy Gate G2-60-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,580.00 PTC LG15-PU Tommy Gate G2-60-1542 TP27 Direct Cylinder Lift 1500 lb Capacity 55'' x 27''+ 4'' Pick-up Truck Liftgate $5,570.00 PTC LG15-2PC-PU Tommy Gate G2-60-1542 TP38 Direct Cylinder Lift 1500 lb Capacity 55'' x 38''+ 4'' 2- PC Pick-up Truck Liftgate $5,870.00 PTC CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$275.00 PTC REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $275.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 LIFT GATES 787 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG FABRICATION ABG TG13-PU27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, need year, make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,335.00 ABG TG13-PU38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,600.00 ABG TG13-PU42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $4,720.00 ABG TG13-PU27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,295.00 ABG TG13-PU38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,530.00 ABG TG13-PU48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform, need year make and model, Includes camera relocation/installation if present. Requires new hitch if present $5,955.00 UTILITY BODY GATES Knapheide K LG13-SB Maxon C2-54-1342 TP27 1300 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$5,020.00 K LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,295.00 K LG16-SB Maxon C2-54-1642 TP27 1600 lb capacity service body lift gate 49'' x 27''+ 4'' (includes duplicate STT lights).$5,295.00 K LG16-2PC-SB Maxon C2-54-1642 TP38 1600 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,565.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 DVA DVA LG13-SB Maxon C2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$5,020.00 DVA LG13-SB-2PC Maxon C2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$5,260.00 DVA LG16-SB Maxon C2-54-1542 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' for Service Bodies (includes duplicate STT lights).$5,020.00 DVA LG16-SB-2PC Maxon C2-54-1542 TP38Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC for Service Bodies (includes duplicate STT lights).$5,260.00 Reading AF LG13-SB Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 27"+ 4" for Service Bodies $6,090.00 AF LG13-SB-2PC Tommy Dual Hyd Cylinder Lift 1300 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $6,465.00 AF LG16-SB Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 27"+ 4" for Service Bodies $6,840.00 AF LG16-SB-2PC Tommy Dual Hyd Cylinder Lift 1600 lb Capacity 49" x 38"+ 4" 2- PC for Service Bodies $7,210.00 Premier PTC LG13-SB Tommy Gate G2-54-1342 TP27 Direct Cylinder Lift 1300 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $4,760.00 PTC LG13-2PC-SB Tommy Gate G2-54-1342 TP38 Direct Cylinder Lift 1300 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,040.00 PTC LG16-SB Tommy Gate G2-54-1642 TP27 Direct Cylinder Lift 1600 lb Capacity 49'' x 27''+ 4'' Service Body Liftgate $5,045.00 PTC LG16-2PC-SB Tommy Gate G2-54-1642 TP38 Direct Cylinder Lift 1600 lb Capacity 49'' x 38''+ 4'' 2- PC Service Body Liftgate $5,330.00 LIFT GATES 788 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 ABG FABRICATION ABG TG13-SB27 Tommy Gate G2-60-1342-TP 27, 1300 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG13-SB38 Tommy Gate G2-60-1342-TP38, 1300 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00 ABG TG13-SB42 Tommy Gate G2-60-1342-TP42, 1300 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG13-SB27AL Tommy Gate G2-60-1342-EA27, 1300 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present.Requires new hitch if present $5,520.00 ABG TG13-SB38AL Tommy Gate G2-60-1342-EA38, 1300 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG13-SB48AL Tommy Gate G2-60-1342-EA48, 1300 LB capacity, 48" platform, 6" taper, aluminum platform,Includes camera relocation/installation if present. Requires new hitch if present $6,185.00 ABG TG16-SB27 Tommy Gate G2-60-1642-TP 27, 1600 LB capacity, 27" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,570.00 ABG TG16-SB38 Tommy Gate G2-60-1642-TP38, 1600 LB capacity, 38" platform, 4" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,830.00 ABG TG16-SB42 Tommy Gate G2-60-1642-TP42, 1600 LB capacity, 42" platform, 7" taper, Includes camera relocation/installation if present. Requires new hitch if present $4,945.00 ABG TG16-SB27AL Tommy Gate G2-60-1642-EA27, 1600 LB capacity, 27" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,520.00 ABG TG16-SB38AL Tommy Gate G2-60-1642-EA38, 1600 LB capacity, 38" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $5,760.00 ABG TG16-SB48AL Tommy Gate G2-60-1642-EA48, 1600 LB capacity, 48" platform, 6" taper, aluminum platform, Includes camera relocation/installation if present. Requires new hitch if present $6,470.00 ROYAL TRUCK RTB LG13-SB Maxon Steel C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,700.00 RTB LG16-SB Maxon Steel C2-60-1342 TP27 1600 lb capacity pick up truck liftgate 55'' x 27''+ 4'' (includes credit for tailgate & duplicate STT lights).$4,790.00 RTB LG13-SB-AL Maxon Aluminum C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,250.00 RTB LG16-SB-AL Maxon Aluminum C2-54-1642 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$5,850.00 STAKE / VAN BODY GATES Knapheide K LG12-ST36-RG Thieman TVL-125 1250 lb capacity rail gate 85'' x 36''+ 5'' (includes duplicate STT lights).$7,310.00 K LG16-ST35-RG Maxon C2-92-1650 TP35 1600 lb flat bed, stake and van body lift gate 87'' x 35''+ 6'' (includes duplicate STT lights).$6,615.00 K LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$7,030.00 K LG16-AL37-RG Maxon C2-92-1650 EA37 1600 lb flat bed, stake and van body lift gate 87'' x 37''+ 6'' aluminum platform (includes duplicate STT lights).$7,675.00 LIFT GATES 789 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K LG16-AL41-RG Maxon C2-92-1650 EA41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' aluminum platform (includes duplicate STT lights).$8,185.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 Reading AF LG16-STAKE-ST Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 87" x 41"+ 6" for Flatbed, Stake and Van Bodies $7,365.00 AF LG16-STAKE-AL Tommy Dual Hyd Cylinder Liftgate 1600 lb Capacity 85" x 41"+ 6" Aluminum Platform for Flatbed, Stake and Van Bodies $8,935.00 AF LG20-RG Thieman Cable Drive Liftgate 2000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $9,975.00 AF LG30-RG Thieman Cable Drive Liftgate 3000 lb Capacity 90" x 42"+ 5" rail gate for Flatbed, Stake and Van Bodies $11,440.00 Premier PTC LG16-ST35-RG Tommy Gate G2-92-1650 TP35 1600 lb Capacity 87'' x 35''+ 6'', for flatbed, & stake bodies $5,930.00 PTC LG16-ST41-RG Tommy Gate G2-92-1650 TP41 1600 lb Capacity 87'' x 41''+ 6'', for flatbed, & stake bodies $6,330.00 PTC LG16-AL37-RG Tommy Gate G2-92-1650 EA37 1600 lb Capacity 87'' x 37''+ 6'' Aluminum Platform, for flatbed, & stake bodies $7,020.00 PTC LG16-AL41-RG Tommy Gate G2-92-1650 EA41 1600 lb Capacity 87'' x 41''+ 6'' Aluminum Platform, for flatbed, & stake bodies $7,500.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 RAIL GATES Knapheide K LG16-ST36-RG Thieman TVL-16 1600 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$8,145.00 K LG20-ST36-RG Thieman TVL-20 36+5 2000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$9,065.00 K LG20-ST42-RG Thieman TVL-20 42+5 2000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$8,950.00 K LG30-ST36-RG Thieman TVL-30 36+5 3000 lb capacity rail gate 90'' x 36''+ 5'' (includes duplicate STT lights).$9,985.00 K LG30-ST42-RG Thieman TVL-30 42+5 3000 lb capacity rail gate 90'' x 42''+ 5'' (includes duplicate STT lights).$10,310.00 K LG-MAX-DUPLICATE Maxon Duplicate Turn Signal LED Light Kit.$580.00 Premier PTC LG16-ST37-RG Tommy Gate 89-16 TP37 1600 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$6,950.00 PTC LG20-ST37-RG Tommy Gate 89-20 TP37 2000 lb Capacity 89'' x 37''+ 6''. Railgate style for Stake and Van Body Applications.$7,310.00 PTC LG20-ST42-RG Tommy Gate 89-20 TP42 2000 lb Capacity 89'' x 42''+ 6''. Railgate style for Stake and Van Body Applications.$7,660.00 PTC LG30-ST36-RG Tommy Gate 89-30 TP36 3000 lb Capacity 89'' x 36''+ 12''. Railgate style for Stake and Van Body Applications.$10,290.00 PTC LG30-ST48-RG Tommy Gate 89-30 TP48 3000 lb Capacity 89'' x 48''+ 12''. Railgate style for Stake and Van Body Applications.$10,980.00 PTC LG-TG-DUPLICATE Tommy Gate Duplicate Turn Signal LED Light Kit.$560.00 TUCK UNDER GATES Knapheide K M-16 Theiman 1600 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,315.00 K M-16 W Theiman 1600 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$7,660.00 LIFT GATES 790 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K M-20 Theiman 2000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$7,475.00 K M-20 W Theiman 2000 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$7,855.00 K M-25 Theiman 2500 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$8,220.00 K M-25 W Theiman 2500 lb capacity dry freight tuckaway 72'' x 42'' Wedge min bed height 45'' (includes duplicate STT lights).$8,530.00 K M-30 Theiman 3000 lb capacity dry freight tuckaway 72'' x36''+ 6'' (includes duplicate STT lights).$8,890.00 K MLB-16 Theiman 1600 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$7,385.00 K MLB-16 W Theiman 1600 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$7,580.00 K MLB-20 Theiman 2000 lb capacity cutaway tuckaway 72'' x32''+ 5'' (includes duplicate STT lights).$7,530.00 K MLB-20 W Theiman 2000 lb capacity cutaway tuckaway 72'' x 38'' Wedge (includes duplicate STT lights).$7,715.00 Reading AF LG16-TUCK Theiman Tuckaway Liftgate 1600 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$7,335.00 AF LG20-TUCK Theiman Tuckaway Liftgate 2000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$7,505.00 AF LG30-TUCK Theiman Tuckaway Liftgate 3000 lb Capacity 72" x36"+ 6" (not compatible with cutaways).$8,160.00 Premier PTC LG20-TUCK-W Dhollandia lift gate with 2,200lbs capacity, 38''+4'' x 79'' all aluminum platform, requires bed height minimum of: 37'' - 44'' (laden/unladen)$6,300.00 PTC LG25-TUCK-W Dhollandia lift gate with 2,500lbs capacity, 50'' x 85'' full aluminum platform, requires bed height minimum: 39'' - 51'' (laden/unladen).$6,940.00 LIFT GATES 791 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAPHEIDE - KTEC 6' SINGLE REAR WHEEL K682J Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,500.00 K682FJ Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,970.00 8'/9' SINGLE REAR WHEEL K 696J Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,395.00 K 696FJ Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,865.00 K 6108J Knapheide 9' SRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,540.00 K 6108F Knapheide 9' SRW utility body with flip top lids for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,675.00 8' DUAL REAR WHEEL K 696D54J Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,760.00 K 696D54FJ Knapheide 8' DRW flip top utility body for 56'' CA $14,190.00 9' DUAL REAR WHEEL K 6108DJ Knapheide 9' DRW utility body for 60'' CA[GM non-wide track only, not compatable with GTY] - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,105.00 K 6108DFJ Knapheide 9' DRW flip top utility body for 60'' CA [GM non-wide track only, not compatable with GTY] - (CHEVY NON- GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,860.00 K 6108D54J Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,440.00 K 6108D54FJ Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,515.00 11' DUAL REAR WHEEL K 6132D54J Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,575.00 K 6132D54FJ Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,630.00 11' DUAL REAR WHEEL MEDIUM DUTY K 6133HC Knapheide 11' DRW utility body for 84'' CA medium duty chassis. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$29,255.00 11' DUAL REAR WHEEL LCF K 6127D-LCF-G Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward GAS (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,010.00 K 6127D-LCF-D Knapheide 11' DRW utility body for 86.5 CA Chevy Low Cab Forward DIESEL(Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,250.00 K KC127H2089-LCF Knapheide 11' DRW Enclosed service body body for 86.5 CA Chevy Low Cab Forward (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,605.00 UTILITY BODIES 792 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Knapheide Light Cranes CE6K-3 (3/5)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 3'-5' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$9,485.00 CE6K-3 (4/7)Venturo 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes 4'-7' manual boom, adjustable 13 - 19'' boom rest, 150 amp circuit breaker, includes bumper reinforcement & jack leg.$7,820.00 EC3200-LD Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $31,870.00 ET8KX-LD Venturo 3,200lb EH 8,000 ft. lb. crane with hydraulic elevation, hydraulic boom extension 6-10 ft, manual boom extension 10- 14 ft, adj boom rest 13 - 19'', 150 amp circuit breaker, single side spring build up, crane reinforcement, manual outriggers, and additional battery in crane compartment. $32,390.00 Knapheide Trailering K 4 WIRE 4 prong trailer wiring $130.00 K 6 WIRE 6 prong utility trailer wiring $250.00 K 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $215.00 K CLV-SB Class V Hitch for Service Body $1,200.00 K PTL-CC Frame mount or ICC mount w/o Pintle for cab chassis.$540.00 K PTL2 Tow Pintle combo with 2'' Ball to mount in receiver $355.00 K PTL2516 Tow Pintle combo with 2 & 5/16'' Ball to mount in receiver $395.00 K PTL15 15 ton Pintle for frame mount.$260.00 K PTL 20 20 ton Pintle for frame mount $325.00 Knapheide Accessories K CAMERA INSTALL FACTORY ORDERED CAMERA IN UTILITY BODY.$270.00 K BUA Back up alarm $225.00 K FFK-G Knapheide Fuel Fill Kit for pickup bed removal applications with GAS engine.$415.00 K FFK-D Knapheide Fuel Fill Kit for pickup bed removal applications with DIESEL engine.$550.00 SHROUD BODY COMPANY TO PROVIDE SHROUD ON BACK OF BODY TO PROTECT TRAFFIC ADVISOR (48''W X 1.9''T X 2.5''D). SHROUD TO BE PAINTED ALONG WITH BODY AND LOCATED BETWEEN SLAM GATE AND REAR BUMPER. $135.00 K GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$455.00 K NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$750.00 K MLS-6 Master locking system 6-door bodies $915.00 K RKE-6 Remote keyless entry 6-door bodies $1,620.00 K TH6 T-Handle Latches 6-door bodies $475.00 K MLS-8 Master locking system 8-door bodies $1,005.00 K RKE-8 Remote keyless entry 8-door bodies $2,410.00 K TH8 T-Handle Latches 8-door bodies $780.00 UTILITY BODIES 793 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K WW DELETE Delete wheel well notches on DRW utility Body (NO CHARGE).$0.00 K 21 WB Knapheide 21'' HD Work Bumper with storage access on each side, includes Integrated HD Class V Receiver Hitch.$5,835.00 K 2CONE Furnish and Install (2) Custom Tow Hook Mounted Cone Holders (F-Series Only).$1,140.00 K BED REIN Bed reinforcement for mast crane.$1,920.00 K BUMP REIN Bumper reinforcement for mast crane.$1,365.00 K COOLER Furnish and Install Aluminum Rack AND 5 Gallon Water Cooler $335.00 K CONE Furnish and Install (1) Custom Tow Hook Mounted Cone Holder (F-Series Only)$835.00 K CC 108 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (8-9 foot service bodies)$0.00 K CC 132 PAINT Upgrade from Single Stage to Base Coat Clear Coat Paint (11 foot service bodies)$0.00 K STEP Furnish and Install (1) Flexible Stirrup Step under rear bumper $335.00 K GRAB Furnish and Install (1) Contoured Grab Handle to top of Work Bumper and back of body $750.00 Knapheide Cab Shields K BR 15###BACK RACK 15### INSTALLED ON KNAPHEIDE UTILITY BODY.$700.00 K AL HAR KTEC Alum Headach Rack (Octagonal)$1,500.00 K AL HAR-MLBM KTEC Alum Headach Rack (Octagonal) with mini light bar mount.$1,635.00 K AL HAR-2BM KTEC Alum Headach Rack (Octagonal) with dual beacon mounts.$1,600.00 K AL HAR-LBM KTEC Alum Headach Rack (Octagonal) with center mount for full size light bar.$1,635.00 K AL HAR MD KTEC Aluminum Headache Rack (Octagonal) for Medium Duty Trucks (Chevy 4500-6500 & Ford F-650-750).$1,560.00 K BR LBM BACK RACK LIGHT BAR FEET 91006 $390.00 K HAR ML MINI LIGHT BAR PLATE $210.00 K HAR B2 DUAL BEACON MOUNTS $130.00 Knapheide Racks K 8AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD Crew Cab 8' Pick Up or Utility Bed, Aluminum Material Rack - expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,245.00 K 8AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 8' Pick Up or Utility Bed, Aluminum Material Rack Crew Cab 8' Pick Up or Utility Bed, -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,730.00 K 8AMR BACK BUMPER TO TOP OF WINDSHIELD 8' Pick Up or Utility Bed, Aluminum Material Rack For P/U beds & 8' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,785.00 K 8AMR-BB BUMPER TO BUMPER Aluminum Material Rack For P/U beds & 8' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,210.00 K 9AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,245.00 K 9AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 9' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$4,730.00 UTILITY BODIES 794 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION K 9AMR BACK BUMPER TO TOP OF WINDSHIELD 9' Utility Bed, Aluminum Material Rack For 9' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $3,785.00 K 9AMR-BB BUMPER TO BUMPER Aluminum Material Rack, For 9' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,200.00 K 11AMR-SS SINGLE SIDE BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$3,620.00 K 11AMR-SS-BB SINGLE SIDE BUMPER TO BUMPER 11' Utility Bed, Aluminum Material Rack -expanded metal from cab forward on bottom, sides, and front. 1-1/2'' Aluminum Square Tube construction.$5,195.00 K 11AMR BACK BUMPER TO TOP OF WINDSHIELD 11' Utility Bed, Aluminum Material Rack For 11' Service Bodies Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $4,250.00 K 11AMR-BB BUMPER TO BUMPER Aluminum Material Rack For 11' Service Bodies, Rack with Expanded metal from cab forward over cab bottom, front and sides, to the Windshield. Racks for Service Bodies will be as Wide as the Bed Area (not Body) Rear & Center Cross Bar Removable. 1-1/2'' Aluminum Square Tube construction. $6,675.00 K WG 1425-3 SERVICE BODY SIDE LADDER RACK $2,045.00 READING - CORP 6' SINGLE REAR WHEEL AF 78-SW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Includes pickup box credit.$12,960.00 8'/9' SINGLE REAR WHEEL AF SLU98-SW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,925.00 AF SLU98-SW-FTL 8' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,670.00 AF 98-SW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,470.00 AF 98-SW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,260.00 AF 108-SW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,240.00 AF 108-SW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,400.00 8' DUAL REAR WHEEL AF 98-DW 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,265.00 AF 98-DW-FTL 8' Reading Classic II utility body reading classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,970.00 9' DUAL REAR WHEEL AF SLU108-DW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,280.00 AF 108-DW 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $13,915.00 UTILITY BODIES 795 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF SLU108-DW-FTL 9' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,570.00 AF 108-DW-FTL 9' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,205.00 9' DUAL REAR WHEEL MEDIUM DUTY AF 108ADW-HD 9' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.$17,470.00 11' DUAL REAR WHEEL AF SLU132-DW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,665.00 AF 132-DW 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,595.00 AF SLU132-DW-FTL 11' Reading Standard Line utility body factory powder coated white with FLIP TOP LIDS & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,995.00 AF 132-DW-FTL 11' Reading Classic II utility body reading Classic II factory powder coated white with SST Paddle Latches and FLIP TOP LIDS (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$21,865.00 11' DUAL REAR WHEEL MEDIUM DUTY AF 132ADW-HD 11' Reading HD Classic II utility body service body powder coat white with SST paddle latches for medium duty domestic trucks (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$21,500.00 Reading Accessories AF CAMERA FACTORY CAMERA INSTALL IN UTILITY BODY $255.00 AF FFK FUEL FILL KIT FOR BOX REMOVAL $570.00 AF DEF-RELOCATE *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$410.00 AF DEF-NOTCH *Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$795.00 AF TH-6 UPGRADE STANDARD LINE 8'-9' UTILITY BODY TO STAINLESS STEEL T-HANDLE LATCHES $150.00 AF RKE-6 LATCH MATIC REMOTE LOCKING SYSTEM FOR 8'-9' UTILITY BODIES $1,810.00 AF MLS-6 MASTER LOCKING SYSTEM FOR 8'-9' UTILITY BODIES.$705.00 AF TH-8 UPGRADE STANDARD LINE 11' BODY TO INCLUDE STAINLESS STEEL T-HANDLE LATCHES.$185.00 AF MLS-8 MASTER LOCKING SYSTEM FOR 11' UTILITY BODIES $795.00 AF RKE-8 LATCH MATIC REMOTE LOCKING SYSTEM FOR 11' UTILITY BODIES $1,840.00 AF 6DR-SLIDE STEEL SLIDING TOP FOR 8'-9' UTILITY BODIES $3,445.00 AF CLV-SB HITCH PLATE WITH RECEIVER HITCH $975.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $255.00 READING SPRAY LINERS AF USOB8 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 6.5' - 8' UTILITY BODY.$1,610.00 AF USOB8-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 6.5' - 8' UTILITY BODY.$1,980.00 AF USOB9 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 9' UTILITY BODY.$1,865.00 UTILITY BODIES 796 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF USOB9-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, AND TOPS OF BOXES ON 9' UTILITY BODY.$2,260.00 AF USOB11 HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, AND SIDE WALLS OF 11' UTILITY BODY $1,690.00 AF USOB11-TB HD SPRAY ON BED LINER APPLIED TO FLOOR, BULKHEAD, CARGO AREA, BUMPER AND TOPS OF BOXES ON 11' UTILITY BODY $2,950.00 PREMIER UTILITY BODIES 8'/9' SINGLE REAR WHEEL PTC WS298-SRW Warner 8' SRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,280.00 PTC WS298-SRW -FLIP Warner 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,835.00 PTC PJ96-SRW PJ 8' SRW Powder Coated Utility Body for 56'' CA includes T-handle latches Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,590.00 PTC PJ96-SRW -FLIP PJ 8' SRW Powder Coated Utility Body for 56'' CA with Flip-top option includes T-handle latches. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,170.00 8' DUAL REAR WHEEL PTC WS298-DRW Warner 8' DRW Powder Coated Utility Body for 56'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,695.00 PTC WS298-DRW-FLIP Warner 8' DRW Powder Coated Utility Body for 56'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,300.00 PTC PJ96-DRW PJ 8' DRW Powder Coated Utility Body for 56'' CA includes T-handle latches Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,340.00 PTC PJ96-DRW-FLIP PJ 8' DRW Powder Coated Utility Body for 56'' CA with Flip-top option includes T-handle latches. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,720.00 9' DUAL REAR WHEEL PTC WS2108-DRW Warner 9' DRW Powder Coated Utility Body for 60'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,080.00 PTC WS2108-DRW-FLIP Warner 9' DRW Powder Coated Utility Body for 60'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,665.00 PTC PJ108-DRW PJ 9' DRW Powder Coated Utility Body for 60'' CA includes T-handle latches Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,195.00 PTC PJ108-DRW-FLIP PJ 9' DRW Powder Coated Utility Body for 60'' CA with Flip-top option includes T-handle latches. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,330.00 11' DUAL REAR WHEEL PTC WS2132 Warner 11' DRW Powder Coated Utility Body for 84'' CA Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,155.00 PTC WS132-FLIP Warner 11' DRW Powder Coated Utility Body for 84'' CA with Flip-top option. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,205.00 PTC PJ132-DRW PJ 11' DRW Powder Coated Utility Body for 84'' CA includes T-handle latches Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,330.00 PTC PJ132-FLIP PJ 11' DRW Powder Coated Utility Body for 84'' CA with Flip-top option includes T-handle latches. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,745.00 UTILITY BODIES 797 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Premier Light Cranes PTC CE6K-3-BED 2000lb Electric mast folding crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Includes, crane side spring buildup, jack leg, 50 amp circuit breaker includes bed reinforcing for installation in pickup bed.$9,025.00 PTC CE6K-3-BUMP 2000lb Electric Mast Folding Crane 6,000 ft - lbs crane with 2,000lb lifting capacity. Includes, Crane Side Spring Buildup, Jack leg, 50 amp circuit breaker, includes reinforced rear bumper for installation on service body bumper.$9,025.00 Premier Accessories PTC 6-DRING D-Rings (6)$375.00 PTC MLS6 Master Locking System for 6-door bodies.$935.00 PTC-MLS8 Master Lock System for 8-door body.$935.00 PTC THDL6 T-Handle Latches for 6-door bodies.$750.00 PTC THDL8 T-Handle Latches for 8-door bodies.$1,000.00 PTC GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank.$750.00 PTC NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size)$1,500.00 PTC-ML Add for master lock system, for crane reinforced service body $1,695.00 PTC-OXY-BGH Add for OXYGEN & ACETYLENE BOTTLE GAS HOLDERS.$840.00 PTC-BROOKLYN-8/9 Brooklyn Bars for 8'-9' Body $1,500.00 PTC-BROOKLYN-11 Brooklyn Bars for 11' Body $1,500.00 Premier Trailering PTC 4WIRE 4 prong trailer wiring $165.00 PTC 6WIRE 6 prong utility trailer wiring $165.00 PTC 7/4WIRE 7 way flat camper trailer wiring $180.00 PTC CLV-SB Class V trailer hitch for service bodies 20K rating with 2 1/2'' receiver.$1,040.00 PTC PTL-MNT Frame mount 3/4'' plate for Pintle with 20 ton pintle.$2,685.00 STAHL / CM - ABG 6.5' SINGLE REAR WHEEL ABG SB6.5-SRW ABG 6.5' SRW CM service Body, standard boxes (tall front and rear, middle box AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. (Truck brand specific) Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,145.00 8' SINGLE REAR WHEEL ABG SB8-SRW ABG 8' SRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,145.00 ABG SB8-DRW ABG 8' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,605.00 ABG STAHL8-SRW 8' SRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,605.00 UTILITY BODIES 798 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 8' DUAL REAR WHEEL ABG STAHL8-DRW 8' DRW Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,885.00 9' DUAL REAR WHEEL ABG SB9-DRW ABG 9' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $14,525.00 ABG STAHL9-DRW 9' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,070.00 ABG STAHL9-R 9' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,045.00 11' DUAL REAR WHEEL ABG SB11-DRW ABG 11' DRW CM service Body, standard boxes (tall front and rear, middle box, AKA V pack) component style body, bedliner on floor, rock impact zone, and bumper. Vice holder in bumper, LED lighting. Can add pop tops or master locks as needed. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $17,055.00 ABG STAHL11-DRW 11' Stahl Challenger ST service body. Standard V Pack configuration, recessed circle, embossed bumper, powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,035.00 ABG STAHL11-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper , powder coated universal white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,610.00 ABG Accessories ABG STAHL-WB Workbench bumper with 1200#/12000# hitch, full width storage compartment DRW only $4,115.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $3,545.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CLIV-PU Furnish and install replacement hitch for pickup truck (or bed deletes) that is compatible with Tommy Gate. 2" receiver tube. $975.00 ABG CLV-HD 2.5" Receiver HD hitch, independently rated for 20K LBS, includes 4 way square and 7 way round plugs $845.00 ABG TRI-BALL 2 5/16 (14K), 2" (10K), and 1 7/8 (6K) Straight hitch $170.00 ABG 2516-3DROP 2.5" shaft 2 5/16 ball, 3" drop, 15K rated $155.00 ABG MLS Master locking system, sliding for padlock, installed.$795.00 ABG CTECH-8SRW-F C Tech tool drawers for front, vertical toolbox, features 4 thin tool drawers and some space below for additional storage. $2,225.00 ABG CTECH-8SRW-R C Tech tool drawers for rear vertical toolbox, features 1 tall, 4 medium drawers, some space below for additional storage $2,230.00 ABG CTECH-8DRW-F C Tech tool drawers for front toolbox, features 1 tall, 1 medium, and 4 thin drawers $3,550.00 ABG CTECH-8DRW-R C Tech drawers for rear toolbox, features 1 X Tall, 2 tall, 3 medium drawers $3,020.00 ABG CTECH-9DRW-F C Tech drawers for rear toolbox, features 1 X Tall, 1 tall, 1 medium and 3 thin drawers $3,055.00 ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00 ABG FTL-8SRW Pop top for 8 SRW Service Body, installed. Priced per side $2,110.00 ABG FTL-8DRW Pop top for 8 DRW Service Body, installed. Priced per side $1,665.00 UTILITY BODIES 799 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG FTL-9DRW Pop top for 9 DRW Service Body, installed. Priced per side $2,990.00 ABG FTL-11DRW Pop top for 11 DRW Service Body, installed. Priced per side $2,470.00 READING - DVA 6.5' SINGLE REAR WHEEL DVA 78ASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 42'' CA Single Rear Wheel GM 2500, Includes pickup box credit. $12,960.00 DVA 82FASW 6.5' Reading Classic II SRW utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 40'' CA Single Rear Wheel Ford, Includes pickup box credit. $12,960.00 8'/9' SINGLE REAR WHEEL DVA SLU98ASW 8' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$11,740.00 DVA SLU98ASW SML 8' Reading Standard Line utility body factory powder coated white with flip top lids & SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,960.00 8' DUAL REAR WHEEL DVA 98ADW 8' Reading Classic II DRW utility body reading classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 56'' CA dual rear wheel $13,325.00 9' DUAL REAR WHEEL DVA 108ADW 9' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 60'' CA dual rear wheel $13,570.00 DVA SLU108ADW 9' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 60'' CA $12,960.00 11' DUAL REAR WHEEL DVA SLU132ADW 11' Reading Standard Line utility body factory powder coated white with SST paddle latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req 84'' CA $14,790.00 DVA 132ADW 11' Reading Classic II DRW utility body reading Classic II factory powder coated white with SST Paddle Latches (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Req's 84'' CA dual rear wheel $16,250.00 DVA Accessories DVA BUA Back up alarm, installed.$205.00 DVA BUS-RR TRANSFER FACTORY REAR SENSORS TO LIFT GATE $345.00 DVA CAMERA Dealer installed factory ordered camera $310.00 DVA CAMERA RR Remove and re-install factory camera from tailgate.$310.00 DVA CLIV Class IV Trailer Hitch and 7-pin round wire harness.$905.00 DVA COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$930.00 DVA COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment. $930.00 DVA GM-SGL *GM Diesel Only - Relocate DEF Tank for Diesel Chevy/GMC 3500 Cab Chassis ordered with factory single rear fuel tank. $435.00 DVA ML-78-98-SW/DW Master Locking System (installed at Reading)$770.00 DVA NOTCH-DUAL * Diesel Only notch utility body to accommodate DEF Tank on Dual Fuel Tank applications (Will affect Interior Compartment Size) $375.00 UTILITY BODIES 800 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DVA LM RSV 132 Latch Matic Remote Locking System (installed at Reading) $2,250.00 DVA LM-98-108 Latch Matic Remote Locking System (installed at Reading)$2,000.00 BRAND FX 6.5' SINGLE REAR WHEEL ABG BFX6.5-SRW 6.5' Brand FX fiberglass service body for short bed SRW pickup. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Can be used on CHEVY/GMC 1500 $18,290.00 8' SINGLE REAR WHEEL ABG BFX8-SRW Brand FX fiberglass service body for 8' SRW pickup. Standard V pack configuration. Floor width 48.75, pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box, full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Can be used on CHEVY/GMC 1500 $18,290.00 9' DUAL REAR WHEEL ABG BFX9-DRW 9' Brand FX fiberglass service body for 60" CA chassis. Standard V pack configuration. Floor width 54", pack height 42", aluminum under structure, tread floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $21,710.00 11' DUAL REAR WHEEL ABG BFX11-DRW 11' Brand FX fiberglass service body for 84" CA Chassis. Standard V pack configuration with floor width 54", pack height 42", aluminum under structure, aluminum treadplate floor, stainless steel hardware, flow through ventilation system. One shelf in each box, adjustable, shelf dividers save curb side rear, 3 hooks in rear box. Full LED lighting kit. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,115.00 GENERAL ACCESSORIES ALAN JAY FLEET AJ COMP 6-LED LED compartment lights installed in all compartments of 8' or 9' service body.$785.00 AJ COMP 6-LED-AB LED compartment lights installed in all compartments of 8' or 9' service body with one side long horizontal compartment.$785.00 AJ COMP 8-LED LED compartment lights installed in all compartments of 11' service body $1,015.00 AJ COMP-8LED-AB LED compartment lights installed in all compartments of 11' service body with one side long horizontal compartment.$995.00 ROYAL TRUCK BODY 8'/9' SINGLE REAR WHEEL RTB RS8SRW-FTL 8' Long, Royal Steel XP Single Rear Wheel Standard Flip/Open Top Service Body w/ Huck® Bobtail Fastening System for SRW, 56" CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,420.00 RTB RS8SRW-FTL-MLS 8' Long, Royal Steel XP Single Rear Wheel Standard Flip/Open Top Service Body w/ Huck® Bobtail Fastening System for SRW, 56" CA w/ Internal Master Lock System (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,780.00 RTB DM8SRW-AL Duramag 8' Single Rear Wheel Aluminum Service Body 80" x 104" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,305.00 RTB RS9SRW-FTL 9' Single Rear Wheel Royal Steel 80" x 108" Standard Flip/Open Top Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$10,495.00 RTB RS9SRW-FTL-MLS 9' Single Rear Wheel Royal Steel 80" x 108" Standard Flip/Open Top Service Body w/ Internal Master Locks (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,250.00 UTILITY BODIES 801 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RTB DM9SRW-AL Duramag 9' Single Rear Wheel Aluminum 80" x 113" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,330.00 8'/9' DUAL REAR WHEEL RTB RS9DRW-FTL 9' Long, Royal Steel XP Dual Rear Wheel Standard Service Body Standard Service Body w/ Huck® Bobtail Fastening System for DRW, 60" CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,795.00 RTB RS9DRW-FTL-MLS 9' Long, Royal Steel XP Dual Rear Wheel Standard Service Body Standard Service Body w/ Huck® Bobtail Fastening System for DRW, 60" CA w/ Internal Master Lock System (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,380.00 RTB DM8DRW-AL Duramag 8' Dual Rear Wheel Aluminum Service Body 94" x 104" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,925.00 RTB DM9DRW-AL Duramag 9' Dual Rear Wheel Aluminum 94" x 113" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,130.00 11' DUAL REAR WHEEL RSV11S75 11' Long, Royal Service Van w/ 75" Inner Height & 54" Wide x 60" High Clear Door Opening for SRW Chevy Express Cutaway (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,640.00 RSV11D75 11' Long, Royal Service Van w/ 75" Inner Height & 54" Wide x 60" High Clear Door Opening for DRW Chevy Express Cutaway (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,260.00 RTB DM11DRW-AL Duramag 11' Dual Rear Wheel Aluminum 94" x 137" Standard S-Series Service Body (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,445.00 ROYAL ACCESSORIES RTB CLV-SB Class V Hitch for Service Body with 7/4 wire trailer connector.$1,340.00 RTB CLV-FB Class V Hitch for Flatbed Body with 7/4 wire trailer connector.$1,205.00 RTB CAMERA Installation of back up camera to interact with factory display.$680.00 RTB RP8SB Rackpack For 8' Service Body ‐ Includes 18" Lighted Service Body Rack, 8' Rail Kit, 72" Extension Bar and 20" Rail Kit Compatible Rear Rack $2,835.00 RTB RP9SB Rackpack For 9' Service Body ‐ Includes 18" Lighted Service Body Rack, 9' Rail Kit, 72" Extension Bar and 20" Rail Kit Compatible Rear Rack $2,960.00 RTB RP11SB Rackpack For 11' Service Body ‐ Includes 18" Lighted Service Body Rack, 11' Rail Kit, 72" Extension Bar and Qty (2) 20" Rail Kit Compatible Rear Rack $3,435.00 RTB RSBLR-8SRW Royal 8' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on a Reg Cab, SRW Chassis $2,190.00 RTB RSBLR-8SRW-EL Royal 8' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on an Extended or Crew Cab, SRW Chassis $2,290.00 RTB RSBLR-9SRW Royal 9' DRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on a Reg Cab, SRW Chassis $2,380.00 RTB RSBLR-9SRW Royal 9' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on a Reg Cab, SRW Chassis $2,380.00 RTB RSBLR-9SRW-EL Royal 9' DRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on an Extended or Crew Cab, SRW Chassis $2,515.00 RTB RSBLR-9SRW-EL Royal 9' SRW Service Body Ladder Rack Forklift Loadable, Over-Cab Rack for 8' Long body on an Extended or Crew Cab, SRW Chassis $2,515.00 UTILITY BODIES 802 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SINGLE REAR WHEEL Knapheide KNAP KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,540.00 KNAP KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,140.00 KNAP KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,260.00 DUAL REAR WHEEL Knapheide KNAP KC96H2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,230.00 KNAP KC96L2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,030.00 KNAP KC96M2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,610.00 KNAP KC96U2094 KNAPHEIDE 8' DRW Enclosed body, 97.25'' Length, 62'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,480.00 KNAP KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,550.00 KNAP KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,410.00 KNAP KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,965.00 KNAP KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,230.00 KNAP KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,085.00 KNAP KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,640.00 COVERED UTILITY BODIES 803 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PALPRO CRANE BODIES & CRANES 9' CRANE BODY PP PCB20-108-3216 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments. Master Locking system installed. Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat and crane tie down bolt kit, single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $64,395.00 PP PCB20-108-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $75,210.00 PP PCB20-108CS-4025 PALPRO PCB 20 Series 9’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 10,001 lb GVWR. $76,065.00 PP PCB39-108-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $92,265.00 HD CRANE BODIES & CRANES 804 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-108CS-5025 PALPRO PCB 39 Series 9’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” Top Plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 60'' CA and 14,500 lb GVWR. $94,735.00 11' CRANE BODY PP PCB20-132-3216 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC3216E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated. Adjustable aluminum divider trays in compartments, Master locking system installed, Palfinger model PSC 3216E telescopic service crane; 12,500 ft. lbs., 16' reach capability, one hydraulic / one manual extension, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $68,425.00 PP PCB20-132-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $79,040.00 PP PCB20-132CS-4025 PALPRO PCB 20 Series 11’ heavy duty galvannealed steel crane body with Palfinger 4025E crane. Includes 19'' treadplate bumper with outrigger cross tube, treadplate steps, and recess for integrated 16,000 lb. rated 2'' hitch receiver tube (not compatible with vise mount options), manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, compartment tops reinforced with structural angle, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 40” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system installed, Palfinger model PSC 4025E telescopic service crane; 18,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 4,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 10,001 lb GVWR. $78,495.00 PP PCB39-132-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $97,725.00 HD CRANE BODIES & CRANES 805 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB39-132CS-5025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger 5025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (6) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system, Palfinger model PSC 5025E telescopic service crane; 32,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 5,000 Lb. vertical lift capacity, - 5 to +80 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $102,940.00 PP PCB39-132-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $108,315.00 PP PCB39-132CS-6025 PALPRO PCB 39 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC6025E crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear manual out (crane side) crank down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, six (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mudflap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, adjustable aluminum divider trays in compartments, master locking system , Palfinger model PSC 6025E telescopic service crane; 38,500 ft. lbs., 25' reach capability, two hydraulic powered extensions, 6,000 Lb. vertical lift capacity, - 25 to +75 degree boom elevation, double acting cylinders with load holding valves on all cylinders, overload shutdown system, radio remote control, decals, crane hook, load line block, Ecoat prime, finish paint white topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA and 14,500 lb GVWR. $105,105.00 PP PCB43-132-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $132,165.00 HD CRANE BODIES & CRANES 806 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PP PCB72-132 - 10829 PALPRO PCB 72 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC10829 crane. Includes 30” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard 52'' high right rear crane mounting compartment, double panel steel doors, gas door shocks, 14'' double panel tailgate, two (2) grab handles, 30” workbench bumper with through compartment, 5/16” plate work surface and recess for 30,000 lb pintle hitch with integrated 2'' hitch receiver tube 16,000 lb rated, a fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM White white interior coating, understructure and bottom of compartments undercoated, Palfinger model PSC 10829 telescopic mechanic field service crane; 62,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 10,800 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, line block, white and black finish paint Adjustable Aluminum divider trays in compartments, master locking system, roll out drawer combination - aluminum (streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, finish topcoat single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 25,999 lb GVWR. $142,520.00 PP PCB43-132CS-8029 PALPRO PCB 43 Series 11’ heavy duty galvannealed steel crane body with Palfinger PSC8029 crane. Includes 21” workbench tailshelf with outrigger cross tube, through compartment, 1/4” top plate work surface and integrated 16,000 lb rated 2'' hitch receiver tube & rear power out (crane side) power down stabilizers, standard right rear crane mounting compartment, all aluminum doors and hinges, gas door shocks, eight (8) recessed cargo tie downs (6,000 lb. capacity), two (2) grab handles, 44” high side compartments with curbside 1st raised to 60''H for Oxy/act Bottles, tank bracket for 2 tanks, cargo area wall mounted, compartment vented, fully integrated and sealed automotive style harness kit and electrical system with easy access power distribution panel, FMVSS 108 LED light and reflector kit, mud flap brackets, entire body electro coat (E-Coat) primer, interior of compartments lined with Zolatone AIM white interior coating, understructure and bottom of compartments undercoated, Palfinger Model PSC 8029 telescopic mechanic field service crane; 43,000 ft./lbs. rating, 400 degree rotation, 29’ hydraulic reach capability, 8,000 Lb. vertical lift capacity, -10 to +80 degree boom elevation, double acting cylinders with integrated load holding valves on all cylinders, four-spool remote control valve, overload shutdown system, hydraulic planetary drive winch with spring loaded roller, end layering limit switch and integral two-block damage prevention system, radio remote control, decals, crane hook, load line block, white and black finish pain, adjustable aluminum divider trays in compartments, master locking system, roll out drawer combination-aluminum (Streetside V1 ), PRC45V rotary screw hydraulic 45 cfm air compressor, topcoat paint single stage common white. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Reqires 84'' CA, PTO provision, and 19,500 lb GVWR. $127,280.00 PALPRO ACCESSORIES PP ADD LED-2 (2) ADDITIONAL LED LIGHTS, MOUNTED ON FRONT OF BODY FACING OUTWARD.$260.00 PP ADD LED-4 (4) ADDITIONAL LED WORK LIGHTS, (2) MOUNTED ON FRONT OF BODY TO ILLUMINATE CARGO AREA AND (2) MOUNTED AT FRONT OF BODY FACING OUT TO ILLUMINATE WORKING AREA.$525.00 PP BOOM-TIP LED WORK LIGHTS MOUNTED ON HORSE HEAD OF BOOM TO ILLUMINATE HANGING WORKING AREA.$1,590.00 PP CAB SHIELD Cab shield with 52'' rack height (measured top of headache rack to top of frame rail).$1,215.00 PP FLOOD LED flood light kit (two lights) - includes harnesses for up to 6 lights.$2,155.00 HD CRANE BODIES & CRANES 807 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION IMT CRANE BODIES & CRANES 11' CRANE BODY QT DOM 1 DOMINATOR 1: IMT Series 3 Crane Body. Heavy duty galvannealed steel construction with standard right rear crane mount. 21'' workbench bumper with through compartment, 1/4 inch plate work surface and recess for pintle hitch and hitch receiver tube. Electrical system is fully integrated and sealed incorporating an automotive style harness system with power and function distribution box. Body Primed and Painted. Standard Paint unless otherwise stated is Sherwin Williams Genesis. Inside of compartments are painted with IMT compartment coating and understructure is undercoated. Crane body rating of 52,000 ft-lbs. CONFIGURATION: 11' Body with 44'' high compartments with raised right front first and second compartments to 60''. INCLUDED: - Body Installation Kit for 19,500 GVW Chassis - 10'' Fold Down Tailgate with single hand latch - Light Kit. LED High Intensity - Compartment Lights and (2) LED work lights - Install electrical harness - ICC Safety Kit IMT Model 7500 Series 3 Telescopic mechanic field service crane. 5 Sided Penta Boom design. Double acting cylinders with integral holding and/or counterbalance valves. Four section remote control valve. Proportional radio remote control. Planetary Winch boom mounted 60 ft/min. Flip sheave boom tip. Return filters, snatch block, anti-two-block device. Hydraulic overload shutdown system, decals and mounting kit. Crane is factory painted white with Axalta Imron Elite paint. Max Lift: 7,500 lbs. Max Reach: 22' Rotation: 400 Degrees INCLUDES: - Boom Support - Single Proportional Radio Remote (Toggle Switches) - LED Overload Indicator Lights - (1) Short and (1) Long Radio Elimination Cable. - LED Boom Tip Lights Compressor Boss BA440 Reciprocating Air Compressor. 40 CFM @ 100 PSI. 20 Gallon hotdog air tank kit. Reelcraft hose reel, 50' x 1/2''. 1/2'' Moisture Separator/Pressure Regulator/Oiler Hydraulics PTO, single stage pump, selector valve, 40 gallon hydraulic reservoir and return filter. (1) High pressure filter off the pump. Engine function module. Suspension Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. Compartments LV1: (3) 3''H Divided Adj. shelf 19''x33.50'' (Includes 6 Dividers) LV2: (3) Standard Vertical 17.5'' Shelf LH: (1) Standard Horizontal 49.5'' Shelf LR: (3) Standard Vertical 25.5'' Shelf RV1: (1) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (3) Standard Vertical 17.5'' Shelf RH: (1) Standard Horizontal 49.5'' Shelf Outriggers Hydraulic down (both sides) and hydraulic out (crane side) rear outriggers for Dominator 1 package. Front outriggers. Paint Class: Single stage whites. Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard: Black, Sherwin Williams polyurea applied to top of sidepacks, inside of load space and top of workbench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on- site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless Written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). $127,180.00 QT DOM DSC20 Dominator DSC20: 11' medium duty galvannealed steel crane body with standard right rear crane mount, 21'' workbench bumper (Dominator style) with through compartment, 14'' deep, 1/8” thick deck plate step bumper with 2” hitch receiver tube rated at 2000 lb vertical tongue weight and 16,000 lb gross trailer eight. 7 blade trailer light plug receptacle. 44'' H x 22” D compartments, 24” above cargo bed constructed of 10 and 14 ga. material. Body offers 120.5 cubic feet of storage. Inverted A frame torsion box understructure. 14 ga. galvannealed, hemmed, seamless single panel steel doors, stainless steel hinges, pneumatic gas spring door retainers and cast steel black powder coated 3-point latches. Cargo bed is 50”W constructed of 1/8” deck plate and has six (6) recessed tie downs. Three point access package. Fully integrated and sealed electrical system incorporating an automotive style harness system with switch panel RR. Includes LED DOT stop, tail, turn, marker and backup body lights and backup alarm. Exterior primed, interior of compartments painted with IMT compartment coat and understructure undercoated. Molded rubber fender extensions and mudflaps. Crane body rating of 20,000 ft-lb for installation on 84'' CA, 13,700 lb GVW – 19,500 lb GVW Chassis. Includes: - Installation Kit for 11' body - 10'' fold down tailgate with single hand latch - Light kit - LED High Intensity -compartment Lights / (2) LED work lights - Install electrical harness on body - Additional Chassis Leaf Spring Kit - ICC Safety kit - Hydraulic installation kit for crane and compressor Crane Model 3203i telescopic mechanic field service crane: 12,000 ft/lb rating, 360 degree continuous power rotation, double-acting cylinders with integral holding and/or counterbalance valves, 12V DC electric control, decals, crane hook, snatch block, decals, and installation kit. One Hydraulic / One Manual Extension to 15'. Crane weight 635 lbs. Includes: - Single Proportional Radio Remove (Toggle Switches) Control - Boom Support. Level Spring Suspension, Crane Side. Will level within 2'' on empty truck. LV1: (2) standard 33.62'' Shelf Kit LV2: (2) Standard 17.5'' Shelf Kit LH: (1) Standard 49.75'' Shelf Kit LR: (2) Standard 25.75'' Shelf Kit RV1: (2) Divider Package. Oxy/Acet Bracket. Full Height Compartment Divider. (3) 17.5'' Shelves. RV2: (2) Standard 17.5'' Shelf Kit RH: (1) Standard 49.75'' Shelf Kit. Manual out (crane side), crank down (both sides) outriggers for DSC20 package. Paint Class: All Single Stage Shades of White Color: Paint Code: Body painted in house with Sherwin Williams products. Bedliner Standard Black Bedliner. Top of Sidepacks, inside of load space, top of work bench bumper. Warranty All new equipment comes with a one year parts and labor warranty. Mileage charges for on-site service are not covered. OEM warranties may extend longer than one year. All warranty repairs must be performed by QT Equipment unless written approval is obtained in advance. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 16k GVWR $81,015.00 READING CRANE BODIES & CRANES 9' CRANE BODY AF CM9-4K 9' DRW Reading Classic 108" Crane Reinforced Utility Body, for cranes up to 4,000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,995.00 HD CRANE BODIES & CRANES 808 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF MM120-9-16K 9' READING MASTER MECHANIC MM120, CRANE BODY REINFORCED FOR UP TO A 4,000 LB CRANE. 108" L X 93.25" W (OD) 50" W CARGO AREA, 40" HIGH SIDES, 3 POINT COMPRESSION LATCHES, 1/8" TREADPLATE FLOOR, (4) TIE DOWNS, SLAM ACTION REAR TAILGATE, 20" WORK BENCH BUMPER WITH LOCKABLE STORAGE (DOES NOT INCLUDE HITCH) UNDER COATED AND PAINTED WHITE (REQUIRES 60"CA) $24,190.00 11' CRANE BODY AF CM11-4K 11' DRW Reading Classic 132" Crane Reinforced Utility Body for 84" CA Chassis, Cranes up to 4000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension(Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,725.00 AF MM11-5K 11' Reading Master Mechanic 225 Crane Body for Cranes up to 5000 lbs. Includes helper springs crane side, manual outriggers, exhaust extension, 20" Workbench bumper with vise mount (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $35,615.00 AF MM220-11-16K READING MASTER MECHANIC MM220, 11' STEEL CRANE BODY. 132" L X 96" W, 50" W CARGO AREA, 40" HIGH SIDES, REINFORCED FOR UP TO A 4,000 LB CRANE. 3 POINT COMPRESSION LATCHES, 1/8" TREADPLATE FLOOR, (6) TIE DOWNS, SLAM ACTION REAR TAILGATE, 20" WORK BENCH BUMPER WITH LOCKABLE STORAGE (DOES NOT INCLUDE HITCH) UNDER COATED AND PAINTED WHITE (REQUIRES 84"CA) $26,510.00 AF RM45-11-45K READING RM-45, 11' HD STEEL CRANE BODY. REINFORCED FOR MAX 45,000 FT CRANE. 132" L X 96" W (OD), 50" W CARGO AREA. COMPARTMENT DEPTH, 22", COMPARTMENT LIGHTING, (2) REAR GRAB HANDLES, (4) LED WORK LIGHTS , POWER OUT/ DOWN OUTRIGGERS, SPRAY LINER, HEADACHE RACK AND MASTERLOCKING. 60" 1ST & 2ND VERTICAL COMPARTMENTS- CURBSIDE, 44" HORIZONTAL & REAR VERTICAL, 20K RATED RECIEVER HITCH, & 7/4 WIRE TRAILER PLUG. $55,980.00 3,000LB CLASS AF 3200ST Stellar 3200 lb Electric Crane, includes boom rest, Aux. Battery, Super Spring and Manual Out/ Down Outrigger $21,580.00 AF 3200LM Liftmoore 3600 lb Electric Crane, includes boom rest, Aux. Battery, Super Spring and Manual Out/ Down Outrigger $21,645.00 AF LM3216REL-12K LIFTMOORE 3612REL- 15 CRANE, 12,000 FT LB MOMENT RATING, 3600# MAX CAPACITY @ 3' MANUAL EXTEND/ POWER ROTATE. CONTINUOUS & UNLIMITED POWER ROTATION, 360 DEGREE BOOM LENGTH 15', 7000# MAX BREAKING STRENGTH, 18' REMOVABLE REMOTE PENDDANT CONTROL WITH EMERGENCY STOP. LOAD LIMITING SENSING SWITCH, BOOM SUPPORT, MOUNTED ON REAR COMPARTMENT TOP, AUX BATTERY, MANUAL OUTRIGGERS AND HELPER SPRINGS $19,745.00 AF LM3612X-12K LIFTMOORE 3612X 9-15 CRANE, 12,000 FT LB MOMENT RATING, 3600# MAX CAPACITY @ 3' POWER EXTEND/ POWER ROTATE. CONTINUOUS & UNLIMITED POWER ROTATION, 360 DEGREE BOOM LENGTH 15', 7000# MAX BREAKING STRENGTH, 18' REMOVABLE REMOTE PENDDANT CONTROL WITH EMERGENCY STOP. LOAD LIMITING SENSING SWITCH, BOOM SUPPORT, MOUNTED ON REAR COMPARTMENT TOP, AUX BATTERY, MANUAL OUTRIGGERS AND HELPER SPRINGS $23,180.00 4,000LB CLASS AF EC4000-CC STELLAR EC4000, ELECTRIC/ HYD TELESCOPIC CRANE W/ 16,000 FT/LB CRANE RATING, 4,000 MAX CAPACITY @ 4', 16' MAX HORIZONTAL REACH, FOUR FUNCTION RADIO REMOTE, 12V ELECTRIC PLANETARY WINCH WITH 16'/ MIN MAX SINGLE LINE SPEED, INSTALLED C/S REAR COMPARTMENT, AUX BATTERY, ADDITIONAL LEAF SPRING, BOOM SUPPORT AND MANUAL OUT/ CRANK DOWN OUTRIGGERS $29,545.00 AF EC4000+4-CC STELLAR EC4000, ELECTRIC/ HYD TELESCOPIC CRANE W/ 16,000 FT/LB CRANE RATING, 4,000 MAX CAPACITY @ 4', 20' MAX HORIZONTAL REACH, FOUR FUNCTION RADIO REMOTE, 12V ELECTRIC PLANETARY WINCH WITH 16'/ MIN MAX SINGLE LINE SPEED, INSTALLED C/S REAR COMPARTMENT, AUX BATTERY, ADDITIONAL LEAF SPRING, BOOM SUPPORT AND MANUAL OUT/ CRANK DOWN OUTRIGGERS $30,805.00 AF PAL-RSC3216-12.5K PALFINGER RSC3216 TELESCOPING ELECTRIC CRANE, 12,500 FT LB (MAX 4000#) RATED LIFTING (MOMENT) CAP. BOOM EXTENSION - POWER TO 11.4', MANUAL TO 16'. PLANETARY WINCH - WINCH SPEED 19.6 FT/MIN MAX, RADIO REMOTE PROPORTIONAL CONTROL.OVERLOAD SHUTDOWN SYSTEM. WIRELESS RADIO REMOTE CONTROLLER PISTOL GRIP AND TOGGLE CONTCONTROLLER WITH 36' PENDANT. INSTALLED ON REAR COMPARTMENT TOP, C/S. MANUAL OUT/ CRANK DOWN OUTRIGGERS AND LEAF SPRING SUPPORT $31,265.00 HD CRANE BODIES & CRANES 809 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF PAL-RSC4016E-18.5K PALFINGER RSC4016E TELESCOPING ELECTRIC CRANE. 18,500 FT LB (MAX 4000#) RATED LIFTING CAPACITY. BOOM EXTENSION - POWER TO 11.4', MANUAL TO 16' CONTINUOUS ROTATION, PLANETARY WINCH, WIRELESS RADIO REMOTE CONTROLLER PISTOL GRIP AND TOGGLE CONTROLLER WITH 36' PENDANT, AUX. BATTERY & MASTER DISCONNECT. INSTALLED ON REAR COMPARTMENT TOP, C/S $36,560.00 AF PAL RSC4025E-18.5K PALFINGER PSC4025E TELESCOPING ELECTRIC CRANE, 18,500 FT LB (MAX 4000#) RATED LIFTING CAPACITY. BOOM EXTENSION- POWER EXTENSION TO 25' CONTINUOUS ROTATION, PLANETARY WINCH W/ WINCH SPEED 19.6 FT/ MIN MAX. OVERLOAD SHUTDOWN SYSTEM. WIRELESS RADIO REMOTE CONTROLLER PISTOL GRIP AND TOGGLE CONTROLLER W/ 36' PENDANT, AUX. BATTERY, MASTER DISCONNECT, INSTALL ON COMPARTMENT TOP, C/S. $34,120.00 5,000LB CLASS AF 5000ST Stellar 5000 lb Electric Hydraulic Crane Includes Boom Rest $23,985.00 6,000LB CLASS AF PAL-RSC6025-HYD- 38.5K PALFINGER RSC6025H TELESCOPIC PTO DRIVEN, HYDRAULIC CRANE W/38,500 FT LB (6,000#) RATED, LIFTING (MOMENT) CAPACITY. BOOM EXTENSION HYD TO 25'' W/2 HYDRAULIC EXTENSIONS. PLANETARY WINCH W/ TWO BLOCK DAMAGE PROTECTION SYSTEM. WINCH SPEED 28 FT/ MIN. OVERLOAD SHUTDOWN SYSTEM. WIRELESS RADIO REMOTE CONTROLLER PISTOL GRIP AND TOGGLE CONTROLLER W/ 36' PENDANT. INSTALLED ON COMPARTMENT TOP, C/S REAR. BOOM SUPPORT, HELPER SPRINGS AND POWER UP/ POWER DOWN OUTRIGGERS (REQUIRES FACTORY PTO PROVISION). $35,180.00 7,000LB CLASS AF STEL7621-HYD-44.5K STELLAR 7621 TELESCOPIC CRANE, 44,840 FT/ LB, 7500# MAX CAPACITY @ 5' WITH 21' FULL HYDRAULIC REACH, EQUIPPED PROPORTIONAL RADIO REMOTE CONTROL BOOM SUPPORT, SPRING REINFORCEMENT. INSTALLED ON REAR COMPARTMENT, C/S. ADJUSTABLE BOOM SUPPORT, LEAF SPRING SUPPORT AND PTO (REQUIRES FACTORY PTO PROVISION). $42,500.00 AF STEL7630-HYD-44.5K STELLAR 7630 TELESCOPIC CRANE, 44,840 FT/ LB, 7500# MAX CAPACITY. 30' FULL HYDRAULIC REACH. EQUIPPED PROPORTIONAL RADIO REMOTE CONTROL BOOM SUPPORT, SPRING REINFORCEMENT. INSTALLED ON REAR COMPARTMENT, C/S. ADJUSTABLE BOOM SUPPORT, LEAF SPRING SUPPORT , PTO AND POWER UP/ POWER DOWN OUTRIGGERS (REQUIRES FACTORY PTO PROVISION). $39,795.00 8,000LB CLASS AF LM2550XP-HYD-25K LIFTMOORE 2550XP HYD CRANE WITH 25k FT-LB RATING, 8000# @ 5' POWER EXTEND/ POWER ROTATE. ON/ OFF 12V ELECTRIC CONTROL SYSTEM, REMOTE PENDANT CONTROL WITH EMERGENCY STOP, POWER ROTATION- UNLIMITED, BOOM EXTENSION, POWER 10-16', MANUAL 16-20' BOOM ELEVATION, FULL POWER, GALVANIZED AIR CRAFT CABLE. MASTER DISCONNECT SWITCH, BOOM SUPPORT, ADDITINAL LEAF SPRING, PTO AND PUMP (REQUIRES FACTORY PTO PROVISION) $41,600.00 AF PAL-RSC8029-HYD-43K PALFINGER RSC8029H TELESCOPIC PTO DRIVEN CRANE. 43,000 FT LB (8,000#) RATED LIFTING (MOMENT) CAPACITY. BOOM EXT HYDRAULIC TO 29.1' W/2 HYD BOOM EXTENSIONS. PLANETARY WINCH WITH TWO BLOCK DAMAGE PROTECTION SYSTEM, WINCH SPEED 60 FT/ MIN. OVERLOAD SHUTDOWN SYSTEM, WIRELESS REMOTE CONTROLLER PISTOL GRIP AND TOGGLE CONTROLLER WITH 36' PENDANT, INSTALLED ON REAR COMOPARTMENT TOP, C/S, BOOM SUPPORT, HELPER SPRINGS AND POWER UP/ DOWN OUTRIGGERS (REQUIRES FACTORY PTO PROVISION). $40,825.00 KNAPHEIDE CRANE BODIES & CRANES 9' CRANE BODY K 6108D54J-R Knapheide 9' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $24,495.00 K 6108DL-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $39,030.00 K 6108DLR-30J Knapheide 9' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $40,240.00 HD CRANE BODIES & CRANES 810 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 11' CRANE BODY K 6132D54J-R Knapheide 11' DRW crane body for 16,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $27,370.00 K 6132DL-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $38,855.00 K 6132DLR-30J Knapheide 11' DRW crane body for 30,000 ft. lb. cranes with raised curbside front comparment. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $39,815.00 K 6132DLR-44J Knapheide 11' DRW crane body for 44,000 ft lb rated cranes. Includes standard shelving, crane bumper with outriggers, integrated reciever hitch, raised front curbside compartmnt, and standard shelving. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $50,520.00 Knapheide Accessories K ADD BATT Additional battery with battery box, installed in crane compartment.$1,090.00 K JACK Knapheide Jack leg crane support, installed.$695.00 K OUTRIGGERS Outriggers for crane.$4,530.00 K REINFORCE Reinforcement for full crane.$6,385.00 K SPU Spring buildup.$960.00 3,000LB CLASS K EC3200-CC Stellar 3200lb EH 11,500 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$21,680.00 K ET12KX-CC Venturo 3,500lb EH 12,000 ft. lb. crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 Ft, adj boom rest 13 - 19'', 150 Amp Circuit Breaker, single side spring build up, and additional battery in crane compartment. (Requires DRW Crane Body). $22,770.00 K EHC3-CC Auto Crane 3200lb EH 10,000 ft. lb. crane with hydraulic extension 7 - 11ft, manual extension 11 - 15 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$26,425.00 4,000LB CLASS K EC4000-CC Stellar 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$28,860.00 K ET16KX-CC Venturo 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$25,600.00 K ET18KX-CC Venturo 4500lb EH 18,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 Amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires Knapheide 30J Crane Body). $26,360.00 K 4004 EH-CC Auto Crane 4000lb EH 16,000 ft. lb. crane with hydraulic extension 8 - 12ft, manual extension 12 - 16 ft, adj boom rest 18 - 26'' 150 amp circuit breaker, single side spring build up, and additional battery in crane compartment (Requires DRW Crane Body).$31,720.00 5,000LB CLASS K EC5000-CC Stellar 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$31,810.00 K ET25KX-CC Venturo 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 16 ft, manual extension 16 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body).$34,525.00 K 5005EH-CC Auto Crane 5000lb EH 25,000 ft. lb. crane with hydraulic extension 10 - 15 ft, manual extension 15 - 20 ft, adj boom rest 18- 26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 30J Crane Body). $38,225.00 HD CRANE BODIES & CRANES 811 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 6,000LB CLASS K EC6000-CC Stellar 6000lb EH 36,000 ft. lb. crane with hydraulic extension 11 - 16 ft, manual extension 16 - 21 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body). $35,135.00 K ET36KX-CC Venturo 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$35,095.00 K 6006EH-CC Auto Crane 6000lb EH 36,000 ft. lb. crane with hydraulic extension 10 - 20 ft, adj boom rest 18-26'' single side spring build up on crane side, and 2 additional batteries in crane compartment (Requires Knapheide 44K Crane Body).$41,875.00 PTC CRANE BODIES & CRANES 9' CRANE BODY PTC WS2108 M DW CR Warner 9' Powder Coated Crane Reinforced Utility Body for up to 18,500 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,595.00 PTC VENTURO VP45-132- TTFCWBB VENTURO PRO 9 CRANE SERVICE BODY Up to 8,000 lb. Body, Galvanized Steel, 84” CA Crane Body with Rear,Curbside reinforcement, 44” tall compartments, double-panel doors, interior cabinet LED strip lights, (4) ext. LED work lights, workbench bumper w/ 25100 cross tube and vise plate, rear grab handle, master lock system, upfitter switches, in-bed tie downs, DOT multifunctional taillights, adjustable shelving, bedliner, undercoating and white powder coat. For 19.5” tires.Hydraulic Crane: HT45KX-25 7800 lb Capacity / 12 ft - 25 ft Hyd Boom / Hyd Rot, Elev, Ext / Proportional VLC Crane Control System PTO,tank, hoses, oil. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $121,670.00 11' CRANE BODY PTC WS2132 M DW CR Warner 11' Powder Coated Crane Reinforced Utility Body for up to 25,000 ft. lb. crane with standard shelving, crane reinforcement, manual outriggers, and 12'' work bench bumper. Furnished and installed by Premier Truck Center (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $27,230.00 Premier Accessories PTC 24962-PH Add for Manual out/hydraulic down outriggers $3,565.00 PTC 25100-PHX-SL Add for full hydraulic outriggers requires PTO $8,105.00 PTC-EH-OUTRIGGER ADD FOR MANUAL OUT/HYDRAULIC DOWN OUTRIGGERS IN LIEU OF MANUAL OUT/MANUAL DOWN $3,450.00 PTC-19WRKBMP Add for 19'' Work bench bumper with lockable storage $4,935.00 3,000LB CLASS PTC ET6K VENTURO E/H 2000lb Crane 6,000 ft-lb rated crane with 2,000lb lifting capacity. Hydraulic elevation/manual extension. Includes Adj 13 - 19'' boom rest, crane side spring buildup, jack leg, 150 amp circuit breaker (Requires SRW/DRW body with crane reinforcement or crane body). $17,135.00 PTC ET8KX 3200lb VENTURO E/H 8,000ft-lb rated crane with hydraulic boom extension 6 - 10 ft, manual boom extension 10 - 14 ft, adjustable boom rest 13 - 19'', crane side spring buildup, additional battery, and wired pendant remote (Requires Crane Body).$20,495.00 PTC ET12KX 3500lb VENTURO E/H 12,000 ft/lb rated crane with hydraulic boom extension 7 - 11 ft, manual boom extension 11 - 15 ft, adjustable boom rest 13 - 19'', crane side spring Buildup, 150 Amp circuit breaker, and wired pendant remote (Requires Crane Body). $20,720.00 4,000LB CLASS PTC ET16KX 4000lb VENTURO E/H 16,000 ft/lb rated crane with hydraulic boom extension 8 - 12 ft, manual boom extension 12 - 16 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $22,960.00 5,000LB CLASS PTC ET25KX 5000lb VENTURO E/H 25,000 ft/lb rated crane with hydraulic boom extension 10 - 16 ft, manual boom extension 16 - 20 ft, adjustable boom rest 13 - 19'', crane side spring buildup, 150 amp circuit breaker, and wired pendant remote (Requires Crane Body). $29,680.00 HD CRANE BODIES & CRANES 812 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION KNAPHEIDE KMT & CRANES KMT1 K KMT-1 KMT-1 Mechanics truck 11' crane body with torq-isolator crane support system. Exclusive 12 stage K-coat protection, (6) recessed cargo tie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 21'' work surface bumper with thru compartment, (2) rear steps, vise plate & 2''receiver tube. Welder mounting plate street side rear top compartment. Hydraulics: PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 44'' high side packs and 60'' high right front vertical comp with 3-pt t-handles. 7 drawer unit 1st verticle compartment, Gas bottle retainer, vented top & bottom. (Ship To Quincey IL) $62,420.00 K 7621 STELLAR 7621 crane with 7,500lb capacity @ 44,840 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $42,050.00 KMT2 K KMT-2 KMT-2 Mechanics truck 11' crane body with torq-isolator cranesupport system. Exclusive 12 stage K-coat protection, (6) recessed cargotie-downs in floor - 6,000# capacity, LED stop/tail/turn lights and backuplights. 24'' work surface bumper with thru compartment, vise plate &pintle mount plate (pintle not included). PTO, hydraulic pump for crane, hydraulic reservoir with guard. Master Locking System, Cab Protector, (4) halogenwork lights installed, hydraulic out/hydraulic outriggers and 97db audiblealarm included. 60'' high side packs with 3-pt T-handles. 7 drawerunit gas bottle retainer vented top & bottom. (Ship To Quincey IL) (MIN 26k GVWR). $70,055.00 K STELL 10621 STELLAR 10621 crane with 10,000lb capacity @ 70,000 ft.lb. rating, double-acting cyclinders w/integral holding valves, boom support, wireless remote with back up pendant control $41,115.00 KMT ACCESSORIES K SOB KMT Commercial grade spray-on bed liner applied to cargo floor, sides, compartment tops, bulkhead, tailgate & rear bumper. $2,110.00 K BOSS36 COMP Boss 36 CFM hydraulic compressor with Reelcraft 50'x1/2'' hose reel and roller fairlead through the righ rear compartment FLR system and underbody air tank included with compressor.$9,415.00 K BOSS-PTO Underdeck PTO driven Air compressor: Boss 10221, Reelcraft 50' by 1/2'' hose reel and roller fairlead thru right rear compartment with roller fair lead system.$26,915.00 ABG CRANE BODIES & CRANES 9' CRANE BODY ABG STAHL9-4K 9' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $24,245.00 ABG STAHL9-4K-R 9' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $26,255.00 11' CRANE BODY ABG STAHL11-4K 11' Stahl Challenger ST Crane body. Standard V Pack configuration, recessed circle, Workbench bumper with 1200#/12000# hitch, full width storage compartment , powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $25,130.00 ABG STAHL11-4K-R 11' Stahl Challenger ST Crane body. V Pack w/Oxy/Acet Cabinet w/holders, recessed circle, Workbench bumper with 1200#/12000# hitch, powder coated universal white Crane reinforcement for 2-4K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $26,805.00 ABG STAHL11-5K-R 11' Stahl Challenger ST service body. V Pack w/Oxy/Acet Cabinet w/holders, workbench bumper, powder coated universal white Crane reinforcement for 5K LB Crane. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$27,140.00 ABG VOTH-11R-CRANE 11' Voth aluminum crane/service body. Features all aluminum body, workbench bumper, curb side oxy/acet cabinet, vented, road side 60" tool cabinet. All cabinets include shelving, master locking system, and powdercoated white. Crub side, rear crane reinforcement for 56K Ft/Lb crane. $34,420.00 HD CRANE BODIES & CRANES 813 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG Accessories ABG CTECH-9DRW-R C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $1,855.00 ABG CTECH-8-9DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $3,545.00 ABG CTECH-11DRW-F C Tech drawers for rear toolbox, features 2 tall, 1 medium, and 3 thin drawers $3,315.00 ABG CTECH-11DRW-H C Tech drawers for horizontal toolbox, features 2 thin drawers $2,000.00 3,000LB CLASS ABG T3216-E Tiger Model 3216 E Electric Crane. 3200 LB, 16 foot reach, 1 hydraulic, 1 manual extension, 22 FPM winch speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers $34,790.00 5,000LB CLASS ABG T5032-E Tiger Model 5032 E Electric Crane. 5000 LB, 21 foot reach, 1 hydraulic extension, 40 FPM wire speed, 400 degree rotation. Auto rotating lights on crane tip to see block. Boom rest. HD outriggers. $37,855.00 HD CRANE BODIES & CRANES 814 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BOWIE INTERNATIONAL FIBERGLASS BODIES BI C-100 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$20,790.00 BI C-100-NS Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$20,445.00 BI PRO 6W6 Custom Fiberglass Coaches Animal Control Unit - 6 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,515.00 BI PRO 6WD7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,860.00 BI PRO 6WD9 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,915.00 BI PRO 6WS7 Custom Fiberglass Coaches Animal Control Unit - 6 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$22,860.00 BI PRO 6WS8 Custom Fiberglass Coaches Animal Control Unit - 7 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$23,205.00 BI PRO 8W8 Custom Fiberglass Coaches Animal Control Unit - 8 compartment - no storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,305.00 BI PRO 8WD11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,770.00 BI PRO 8WD9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ DA quarantine furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,650.00 BI PRO 8WS10 Custom Fiberglass Coaches Animal Control Unit - 9 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,240.00 BI PRO 8WS11 Custom Fiberglass Coaches Animal Control Unit - 10 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$25,770.00 BI PRO 8WS9 Custom Fiberglass Coaches Animal Control Unit - 8 compartment w/ rear storage furnished and installed by Bowie International. Includes HD stainless steel safety doors & freight.$24,650.00 ACCESSORIES BI RVISON Custom Fiberglass Coach Accessories Rear Vision Camera with 5.6'' flat screen color monitor $580.00 BI SCENE LIGHT-LED Custom Fiberglass Coach Accessories Clear LED Scene Light - 1200 Lumens flood pattern $110.00 BI SHELF Custom Fiberglass Coach Accessories Removable Shelf - animal compartment $120.00 BI SLIDE OUT TRAYS Custom Fiberglass Coach Accessories 2 Slide Out Trays For Storage of 6 Carriers or 4 Traps - Rear passenger side compartment $900.00 BI STEPS Custom Fiberglass Coach Accessories Drop Down Steps - Front passenger side compartment $1,260.00 BI STORAGE TRAY Custom Fiberglass Coach Accessories Roll Out Tray in Rear Storage Compartment $590.00 BI TRAPS Custom Fiberglass Coach Accessories 4 Traps For Storage Trays $590.00 BI ULTRA-AC UltraCool Extreme Termperature Air Conditioning w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool $6,050.00 BI ULTRA-AC/H UltraCool Extreme Termperature A/C & Heating w/ auxiliary compressor - Dedicated twin fan condenser - 28,000 BTU cool - 36,000 BTU Heat w/ electronic thermostat $6,380.00 BI WEAR STRIPS Custom Fiberglass Coach Accessories Rooftop Aluminum Wear Strips $195.00 ANIMAL CONTROL 815 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BI AC-HEAT-HC Custom Fiberglass Coach Accessories High Capacity A/C & Heat - 28,000 BTU cool - 36,000 BTU Heat w/ temp monitor $4,080.00 BI AC-ONLY-HC Custom Fiberglass Coach Accessories High Capacity Air Conditioning - up to 28,000 BTU cooling w/ temp monitoring in cab $3,720.00 BI BSAV-HOIST Custom Fiberglass Coach Accessories BackSaver Hoist with Large Cage - front passenger compartment $4,620.00 BI BSMIRROR Custom Fiberglass Coach Accessories Rear Blind Spot Mirror $165.00 BI CARRIERS Custom Fiberglass Coach Accessories 6 Carriers For Storage Trays $700.00 BI CPOLE Custom Fiberglass Coach Accessories Catch Pole Holder - Tube style with locking access door $290.00 BI GRATES-6 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 6 $320.00 BI GRATES-8 Custom Fiberglass Coach Accessories Polypropylene Floor Grates - Set of 8 $430.00 BI INT-DOOR-6 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 6 & 7 door configurations).($120.00) BI INT-DOOR-8 Credit for Custom Fiberglass Coach Accessories Heavy Duty Interior Safety Door - Powdercoated Black in lieu of stainless steel (Set of 8, & 10 door configurations).($160.00) BI INT-DOOR-STNLS-6 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 6 & 7 door configurations)($690.00) BI INT-DOOR-STNLS-8 DELETE - Custom Fiberglass Coach Accessories Heavy Duty Safety Door - Stainless Steel (Set of 8, 9 & 10 door configurations)($920.00) BI PETSTEP Custom Fiberglass Coach Accessories PetStep Portable Folding Ramp $170.00 BI P-RAMP Custom Fiberglass Coach Accessories Pull Out Ramp - Front passenger side $690.00 SWAB WAGON COMPANY FIBERGLASS BODIES SWAB ARF95 SWAB WAGON COMPANY ARF.95 ANIMAL TRANSPORT BODY TO BE INSTALLED ON 56" CA SRW CHASSIS WITH FLOOR PLAN [D], SET OF 6 SAFETY DOORS, TWO SLIDE TRAYS IN LEFT REAR COMPARTMENT, SIX COMPARTMENT LIGHTS, TEMP MONITOR, CATCH POLE HOLDER, & PULL OUT / FOLD DOWN LOADING RAMP. (REQUIRES 56"CA CHASSIS) - (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $25,255.00 ACCESSORIES SWAB AC BODY HEAT AND AIR CONDITIONING.$3,220.00 SWAB CAM INSTALL MANUFACTURER SUPPLIED CAMERA IN BACK OF ANIMAL CONTROL BODY.$210.00 AMERICAN ALUMINUM 8-ANIMAL AA 8-ANIMAL American Aluminum 8 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C & DUAL SLIDE SIDE CARGO DOORS) Installed in Perry, FL $26,355.00 9-ANIMAL AA 9-ANIMAL American Aluminum 9 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $28,365.00 10-ANIMAL AA 10-ANIMAL American Aluminum 10 compartment animal control system with front partiton includes: aluminum construction, insulation prior to install, interior lighting, catch pole holder and aluminum treadplate floor. (REQUIRES REAR A/C) Installed in Perry, FL $28,365.00 ANIMAL CONTROL 816 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION VAN CONVERSIONS MW BRAUN-VOY-RE BraunAbility ADA compliant Commercial Rear-Entry on the new Chrysler Voyager is a passenger-friendly as well as a cost- efficient mobility solution for many commercial transportation providers. Seats up to 7 passengers, configurations up to 2 wheelchair positions. Braun Commercial ADA Compliant Long-cut Rear-Entry floor with 2 Wheelchair securement locations, 56" Power (OEM) Door, Vertical Stow Foldout Ramp, ADA Ramp Lighting, Transit Vinyl Flooring in Pan Area, 2nd Row Flip & Fold Seating, QRT MAX Slide-n-Click wheelchair/Occupant Securement System (1), Transmission Interlock, Back Up Alarm, Emergency Rear Hatch Release.(requires purchase of 2020+ Chrysler Voyager) $27,885.00 MW BRAUN-SIEN-RE 2024 Convered Braun Toyota Hybrid ADA Compliant Rear Entry Short Cut (VT) Lowered Floor with 1 Wheelchair Position, 56" Manual door, Manual Simple Stow Ramp, Ada Lighting, ADA Commercial Transit Flooring, 2nd Row OEM 3 Passenger Bench Seat, Q'Straint QER Electronic Front and QRT MAX Rear Retractors, Transmission Interlock, Back Up Alarm, Emergency Hatch Release, WeatherTech mats(Driver and Passenger) All Wheel Drive models cannot be converted. Includes DOT package with (5# Fire Extinguisher, 10 Unit First Aid Kit, Triangle Flare Kit, Body Fluid Kit). (Requires the purchase of 2021+ 8 Passenger seating chassis.) $31,125.00 MW BRAUN-VOY-SE BraunAbility ADA compliant Commercial Side-Entry - I4 Power (OEM) Door, Manual In-Floor Ramp, Vinyl Flooring, Step & Roll Front Passenger Seat, Emergency Rear Hatch Release, Manual Wheelchair/Occupant Securement System (1) BraunAbility - Swap M-Series for QRT Max - 4 Retractors, Lap and Shoulder Belt, BraunAbility - DOT Package (5# Fire Extinguisher, 10 First Aid Kit, Triangle Flare Kit, Body Fluid Kit) (requires purchase of 2020+ Chrysler Voyager) $38,460.00 TRANSIT 9+2-LIFT LIFT EQUIPPED 9 PASSENGER WITH 1 ADA COMPLIANT CHAIR POSITION ON FORD TRANSIT,ABS INTERIOR KIT WITH GRAY WALLS AND LIGHT GRAY CEILING, OVERHEAD STORAGE COMPARTMENT ABOVE DRIVER STAINLESS STEEL GRAB BAR AT ENTRANCE, INTERIOR DOME LIGHTS ALTRO TRANSIT GRADE SAFETY FLOORING, RUNNING BOARDS, BOTH SIDES OEM DRIVER AND CO-PILOT SEATS, TWO FREEDMAN GO-ES SINGLE FOLDAWAY SEATS THREE FREEDMAN GOES DOUBLE FOLDAWAY SEATS REAR MOUNTED BRAUN CENTURY WHEELCHAIR LIFT, 800 LBS. CAPACITY, 34 X 51 INTERIOR LIFT LIGHT, ADA INTERLOCK SYSTEM TWO WHEELCHAIR POSITIONS WITH QSTRAINT SECUREMENTS AND LAP/SHOULDER BELT FLOOR MOUNTED WC SECUREMENT STORAGE COMPARTMENTS FIRE EXTINGUISHER, FIRST AID KIT, TRIANGLE KIT AND SEAT BELT CUTTER $34,510.00 MW 10 PASS Package 12 to 10 Passenger on 148" WB Medium Roof Wagon Re-arrange Rear OEM Seating, Disable Seat Mounting Locations, Cover Floor Pockets with Non-Slip Surface. ** Re-Classify OEM Vehicle from Bus to MPV IMPORTANT NOTES: ** Can only be built on an Untitled Vehicle ** This build can only be built on a Ford Transit Wagon WITH SEATS! $7,280.00 CHASSIS CONVERSIONS BUS12+2 12 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $82,100.00 SHUTTLE BUSSES 817 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION BUS14 14 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIORSIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR, KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH 7” MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 12,500 lbs. -14,500 GVWR, 158''WB) '' $69,835.00 BUS16+2 16 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) '' $85,105.00 BUS20 + 2 20 + 2 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS, TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER,5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND FOUR SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, GRAB HANDLES ON AISLE SEAT LOCATIONS, AISLE SIDE FLIP UP ARM RESTS FREEDMAN DRIVERS SEAT WITH RH ARMREST, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, REAR AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, BRAUN CENTURY SERIES WHEELCHAIR LIFT WITH BELT - LIFT DOOR, DOUBLE DOOR WITH WINDOWS, ADA DECALS, Q STRAINT QRT MAX FOR TWO POSITION, WITH MOUNTED STORAGE POUCHES, FAST IDLE/INTERLOCK, EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER. (REQUIRES DUAL REAR WHEEL CUTAWAY CHASSIS, 14,500 lbs. GVWR, 176''WB) $94,310.00 HEAVY DUTY BUS25 25 passenger includes: DRIVER’S RUNNING BOARD, EXHAUST ROUTED TO STREETSIDE, BATTERY BOX WITH SLIDE OUT TRAY, STAINLESS STEEL WHEEL INSERTS , WHITE EXTERIOR, 76” HEADROOM, WHITE/GRAY INTERIOR SIDEWALLS AND CEILING, LED INTERIOR DOME LIGHTS , TRANSIT STYLE WINDOWS, T SLIDER TOPS, TINTED, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEYSWITCH, EXTERIOR LED LIGHT, ENTRANCE GRAB RAIL, BOTH SIDES, MODESTY PANEL WITH STANCHION AT ENTRANCE DOOR AND BEHIND DRIVER, 5/8” MARINE GRADE PLYWOOD SUBFLOOR, GRAY RUBBER FLOORING AND WHITE STANDEE LINE, BACK UP ALARM & BACK UP CAMERA WITH MONITOR, AM/FM//MP3/USB PLAYER AND SIX SPEAKERS, INTERIOR MIRROR, REAR WINDOW / EMERGENCY EXIT, ROOF HATCH / EMERGENCY EXIT, L.E.D. BRAKE, TAIL, TURN, BACKUP, MARKER, AND CLEARANCE LIGHTS, FREEDMAN MID-HIGH SEATS WITH SEAT BELTS, AISLE SIDE FLIP UP ARM RESTS, FREEDMAN DRIVERS SEAT WITH RH ARMRES, LEVEL 1 SEATING UPHOLSTERY ON PASSENGER AND DRIVER SEATS, 82,000 BTU AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER, FAST IDLE , EMERGENCY TRIANGLE KIT/FIRST AID KIT AND FIRE EXTINGUISHER '' $81,465.00 SHUTTLE BUSSES 818 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PRISONER TRANSPORT PRISONER 12+1CO+1 12 + 1 CO + 1 OR 2 Wheelchair Passenger Inmate Transport Bus conversion furnished and installed by FTS - EXTERIOR PAINT – WHITE EXTERIOR SIDES WITH PORTHOLE WINDOWS INTERIOR SECURITY SCREENS ON INTERIOR OF PORTHOLE WINDOWS, GERFLOR FLOORING, WHITE STEP NOSING 5/8” MARINE GRADE PLYWOOD INSULATION, ELECTRIC ENTRANCE DOOR WITH EXTERIOR KEY SWITCH, ENTRANCE GRAB RAIL, STAINLESS STEEL, EXTERIOR MIRRORS, INTERIOR MIRROR,MONITOR FOR BACK UP CAMERA BACK UP ALARM LED EXTERIOR BODY LIGHTS REAR EMERGENCY DOOR, SOLID HASP FOR REAR DOOR, 70,000 BTU ACT AIR CONDITIONING SYSTEM, 45,000 BTU REAR HEATER SECURITY SCREENING OVER AC EVAP AND HEATER LED INTERIOR DOME LIGHTS COVERED WITH SECURITY SCREENINING, AM/FM MP3 PLAYER – FOUR SPEAKERS COVERED WITH SECURITY SCREENING 12 PASSENGER SEATING FREEDMAN PRISONER TRANSPORT SEATS – AISLE FACING C.O./GUARD SEAT VINYL UPHOLSTERY, TWO SECURITY PARTITIONS WITH POLYCABONATE SHIELD, ADA COMPLIANT WHEELCHAIR LIFT, LIFT DOOR WITH HASP 2 WHEELCHAIR POSITIONS WITH Q STRAINT SECUREMENTS, INTERLOCK/ FAST IDLE 5 LB FIRE EXTINGUISHER, FIRST AID KIT, AND REFLECTIVE TRIANGLE KIT DELIVERY (Requires - CUTAWAY DUAL REAR WHEEL CHASSIS, GVWR 14,500 LBS/158” WHEELBASE) $114,125.00 SHUTTLE BUSSES 819 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TRANSIT VAN REEFER PACKAGE TK TRANSIT-REEFER Thermo King V520 RT MAX Transit Van Refrigeration Package (Refrigeration unit + Insulation) Thermo King V520 RT MAX 10 vehicle driven refrigerated unit with R404A refrigerant. This unit has the capacity to deliver 0 degrees Key items and features included in this quote: • Thermo King V520 RT MAX 20 vehicle powered refrigeration unit • Thermo King compressor with Jet-Lube compressor lubrication • In cab controller with digital LED thermometer • Electronic Thermosta • Slim line roof mounted condenser • Factory hose kit • Hose management kit • Insulation: To be installed inside Ford Transit 148” High Roof- 3” of insulation- floors, walls, ceiling. Insulated front bulkhead behind seats; bulkhead reinforced for refrigerated unit. Doors completely insulated and covered with Sub Zero panels. Two drains molded into the floor. Diamond plate bump guards at each cargo door opening. $26,975.00 BOX BODY REEFER PACKAGE 16' REEFER UNIT TK 16BOX-REEFER Thermo King HD 16' INSULATED BOX TRUCK WITH INT HEIGHT 86'' INT WIDTH 89'' EXTERIOR WIDTH 96'' INSULATION 3'' Insulation sides and ceiling, 4'' front wall and floor REAR DOOR Whiting Temp Guard 1-1/2'' medium temp overhead door FLOOR Aluminum Treadplate Floor, Welded Water Tight 4 Drains and kazoos 1 in each corner LONG SILLS 4” “I” Beam CROSSMEMBERS 3” “I” Beam on 12” centers LINING One piece seamless Kemlite, sides, front, ceiling ROOF .032 aluminum one piece EXTERIOR PANELS .040 Prepainted white aluminum, side posts on 16” centers REAR FRAME Galvanealed steel rear frame, painted white GRAB HANDLES Curbside & roadside SCUFF 24'' Aluminum Treadplate scuff sides and front LIGHTING (interior) One (1) LED Domelight with switch in rear LIGHTING (exterior) LED lighting package per FMVSS 108. CARGO CONTROL Two (2) Rows of E-Track sides only located__36___'' and___60___'' from floor to center of track. LIFTGATE Tommy Gate 89-20EA55 89'' X 55'' + 12'' Aluminum Platform Railgate *2,000lb Capacity *Liftgate will be welded to rear frame and painted INCLUDED OPTIONS Three (3) folding steps and grab handle, front roadside corner post Reece Receiver Tube, welded to ICC Bumper 7-Way Electric Plug, uninstalled customer to install Install Wire for door cutoff switch REINFORCE Bulkhead prepped for ThermoKing T-680 series. (Refrigeration unit not included) - (Requires 19,500lb GVWR chassis with 120''CA) $40,560.00 TK T690 Thermo King all-new T690 reefer unit with Lower life cycle costs, lower fuel consumption, cleaner - quieter operation. Unmatched performance and reliability. Greater capacities at lower operating speeds. Precise temperature control and ease of use and service. Key Features of T690: New easier to operate T-Series Premium SR3 Controller Telematics Ready; Recyclable Geloy Injected Molded Skins Poly-V stretch belt with quiet channel technology Tier 4 diesel engine Robotic welded steel frame with automotive grade 2 coat paint finish Liquid level fill alerts 2,000 hour Service Interval Door Switch- Switches the unit off when door is opened. Installation & Freight. (Box Body sold seperately) - (Requires chassis with diesel engine or additional diesel fuel tank for gas trucks) $24,745.00 24' REEFER UNIT TK 24BOX-REEFER Thermo King HD 24' Insulated T-890-50 truck with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series “Premium” SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, 24’ Body Insulated Box, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (MEDIUM DUTY DIESEL CHASSIS REQUIRED $79,965.00 TK T890-50 Thermo King all new T-890-50 reefer unit with precise temperature control and ease of use and service. Added feature of Electric Standby for full electric operation. INCLUDES: New easier to operate T-Series Premium SR3 Controller, Telematics Ready, Recyclable Geloy Injected Molded Skins, Poly-V stretch belt with quiet channel technology, Tier 4 diesel engine, Robotic welded steel frame with automotive grade 2 coat paint finish, Liquid level fill alerts, Thieman Stowaway 4,000 Liftgate, Installation, & Freight. (24' BOX BODY SOLD SEPARATELY) - (MEDIUM DUTY DIESEL CHASSIS REQUIRED) $27,980.00 CARGO VAN REAR HVAC TK REAR HVAC 32,500 BTU rear mounted A/C and Heat- three speed fan, variable temperature control, low profile, quiet and efficient operation $9,185.00 THERMOKING REEFER UNITS 820 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACCESSORIES Knapheide K CLV-FB Class V Hitch for Flat Bed $1,025.00 Premier PTC CLV-FB Class V trailer hitch for flat beds 20K rating 2'' recevier tube.$770.00 ACTION - READING AF CLV-FB HITCH PLATE WITH RECEIVER HITCH $665.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $255.00 AF VC516SA VENCO VC516SA SINGLE ACTING DUMP HOIST $5,525.00 GOOSENECK PLATFORM Knapheide K PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,315.00 K PGTC-96 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,840.00 K PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,260.00 K PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,105.00 K PGTC-116 Knapheide 11' gooseneck body with rear hitch, two plugs, under body boxes and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,010.00 K PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$23,520.00 PREMIER TRUCK PTC 8GN Norstar SR 8' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,110.00 PTC 9GN Norstar SR 9' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$10,010.00 PTC 11GN Norstar SR 11' Gooseneck w/rear tail skirt hitch including two plugs and duplicate tail lights in cab shield. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$9,880.00 ABG FABRICATION ABG CM-RD-GOOSE7-SRW CM RD Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,130.00 ABG CM-SK-GOOSE7-SRW CM SK Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $11,330.00 ABG CM-TM-GOOSE7- SRW CM TM Series 7' Gooseneck body for 6.5 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, 6 integrated toolboxes and fully skirted, slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $15,750.00 FLAT BED - STAKE / GOOSE NECK 821 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CM-RD-GOOSE8-SRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack, Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,165.00 ABG CM-SK-GOOSE8-SRW CM SK Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present.Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $11,525.00 ABG CM-TM-GOOSE8- SRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete SRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $15,870.00 ABG CM-RD-GOOSE8- DRW CM RD Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $8,410.00 ABG CM-TM-GOOSE8- DRW CM TM Series 8' Gooseneck body for 8 ft Bed Delete DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $17,190.00 ABG CM-RD-GOOSE9- DRW CM RD Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,040.00 ABG CM-SK-GOOSE8-DRW CM SK Series 8' Gooseneck body for DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $11,980.00 ABG CM-SK-GOOSE9-DRW CM SK Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,435.00 ABG CM-TM-GOOSE9- DRW CM TM Series 9' Gooseneck body for 60 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $17,730.00 ABG CM-RD-GOOSE11- DRW CM RD Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,530.00 ABG CM-SK-GOOSE11- DRW CM SK Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,890.00 ABG CM-TM-GOOSE11- DRW CM TM Series 11' Gooseneck body for 84 CA DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $19,525.00 ABG CM-TM-MD- GOOSE11 CM TM Series 11' Gooseneck body for 84 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $19,530.00 ABG CM-RD-MD-GOOSE9 CM RD Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,445.00 ABG CM-SK-MD-GOOSE9 CM SK Series 9' Gooseneck body for 60 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $12,775.00 ABG CM-TM-MD-GOOSE9 CM TM Series 9' Gooseneck body for 60 CA GM MD DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 6 integrated toolboxes and fully skirted slam shut tailgate, 4 movable tie downs. Includes camera relocation/installation if present. Includes Completed Vehicle Certification, 2nd Stage MSO, and Weight Slip $18,450.00 FLAT BED - STAKE / GOOSE NECK 822 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG CM-SK-MD-GOOSE11 CM SK Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack 4 integrated toolboxes and fully skirted. Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $13,525.00 ABG CM-RD-MD-GOOSE11 CM RD Series 11' Gooseneck body for 84 CA GM Medium Duty DRW, 30K countersunk gooseneck w/7 way, 24K bumper pull w/4&7 way, LED STT lights in skirt, ST in headache rack.Includes camera relocation/installation if present. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,705.00 DVA DVA 8GOOSE CM Truck Beds 8’ dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 56 CA.$9,300.00 DVA 9GOOSE CM Truck Beds 9' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA.$9,150.00 DVA 11GOOSE CM Truck Beds 11' dual rear wheel goosneck flatbed body, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$9,900.00 ACTION - READING AF CM-RD-GOOSE11-DRW CM MODEL RD, 11'4" STEEL GOOSENECK BODY. 11'4" L X 97" W, W/1/8" STEEL TREADPLATE FLOOR. INTEGRATED SQUARE TUBE HEADACHE RACK WITH CLEAR LED OVAL LIGHTS. 30K CAPACITY B&W GOOSENECK HITCH WITH 7 ROUND PLUG. ONE PIECE REAR SKIRT W/TAPERED CORNERS. REAR BUMPER W/24K RATED B&W PULL HITCH, W/2 1/2" RECEIVER AND 7/4-WAY PLUG. 3/8" X 2" SIDE RAILS WITH STAKE POCKETS. 4" CHANNEL RUNNERS. LED STOP/TAIL/TURN/BACKUP, ALL NECESSARY MARKER LIGHTS AND REFLECTORS. BLACK POWDER COAT FINISH. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,370.00 DURAMAG RTB 9HAULER DuraMag 9' Aluminum Hauler Body 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,880.00 RTB 9HAULER-SB DuraMag 9' Smooth Skirted Aluminum Hauler Body Front & Rear Underbody Boxes, 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$12,170.00 RTB 11HAULER DuraMag 11' Aluminum Hauler Body 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,100.00 RTB 11HAULER-SB DuraMag 11' Smooth Skirted Aluminum Hauler Body Front & Rear Underbody Boxes, 25k Turn Over Gooseneck & 18k Rear Receiver, Lights in Headboard & Rear Apron (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,395.00 8' FLAT BED Knapheide K PVMXS-898C Knapheide 8' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,590.00 K PVMXS-89C Knapheide 8' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,375.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$6,030.00 K R4096-08 ADD stake sides to 8' flatbed $3,405.00 Premier PTC 880SFB PREMIER 8' SRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,625.00 PTC 896SFB PREMIER 8' DRW FLAT BED FOR 56'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $5,625.00 FLAT BED - STAKE / GOOSE NECK 823 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC AMUM8-STAKE 44'' Aluiminum stake sides for 8' flatbed.$2,250.00 DVA DVA 8FLAT CM Truck Beds 8.5' single rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 98 CA.$8,410.00 9' FLAT BED Knapheide K PVMXS-938C Knapheide 9' SRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,575.00 K PVMXS-93C Knapheide 9' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,460.00 K VENTURO VC416SF-ES ADD electric hoist to 9' - 10' flatbed.$6,030.00 K R4096-09 ADD stake sides to 9' flatbed $3,445.00 Premier PTC 980SFB PREMIER 9' SRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,125.00 PTC 996SFB PREMIER 9' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,125.00 PTC AMUM9-STAKE 44'' Aluiminum stake sides for 9' flatbed.$2,435.00 ABG FABRICATION ABG FLAT10-ST ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,760.00 ABG FLAT10-AL ABG Fabrication 10' X 8' Flatbed for 60 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $8,760.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $4,710.00 DVA DVA 9FLAT CM Truck Beds 9' dual rear wheel wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 60 CA. $8,550.00 ACTION - READING AF FLAT9-ST 9' Flatbed Dual Rear Wheel Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, and ICC bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,845.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,815.00 AF STAKE9 42" REMOVABLE STEEL STAKE SIDES AND REAR FOR 9' BODY $2,030.00 FLAT BED - STAKE / GOOSE NECK 824 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 10'/11' FLAT BED Knapheide K PVMXS-103C Knapheide 10' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,100.00 K VENTURO VC516SF-ES ADD electric hoist to 12' flatbed $6,405.00 K R4096-10 ADD stake sides to 10' flatbed $3,510.00 Premier PTC 1096SFB PREMIER 10' DRW FLAT BED FOR 60'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $6,515.00 PTC AMUM10-STAKE 44'' Aluiminum stake sides for 10' flatbed $2,625.00 DVA DVA 10STAKE CM Truck Beds 10' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$12,750.00 DVA 11FLAT CM Truck Beds 11' dual rear wheel flatbed body includes ICC bumper with class IV hitch and 7/4 way trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires 84 CA.$9,250.00 ACTION - READING AF FLAT10-ST 10' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $6,595.00 AF FLAT11-ST 11' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $10,520.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,815.00 AF STAKE10 42" REMOVABLE STEEL STAKE SIDES AND REAR FOR 10' BODY $2,250.00 12' FLAT BED Knapheide K FLAT12 Knapheide 12' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 84'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$7,580.00 K VENTURO VC516SF-ES ADD electric hoist to 12' flatbed $6,405.00 K R4096-12 ADD stake sides to 12' flatbed $4,155.00 Premier PTC 1296SFB PREMIER 12' DRW FLAT BED FOR 84'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $7,790.00 PTC ALUM12-STAKE 44'' Aluiminum stake sides for 12' flatbed $3,000.00 PTC VC516ES Venco Electric Hoist for 12' flatbed $4,750.00 FLAT BED - STAKE / GOOSE NECK 825 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG FABRICATION ABG FLAT12-AL ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,655.00 ABG FLAT12-ST ABG Fabrication 12' X 8' Flatbed for 84 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $9,655.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $4,710.00 DVA DVA 12STAKE CM Truck Beds12' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$13,450.00 ACTION - READING AF FLAT12-ST 12' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $10,720.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,815.00 14' FLAT BED Knapheide K FLAT14 Knapheide 14' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 108'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,920.00 K VENTURO VC520SF-ES ADD electric hoist to 14' flatbed $6,640.00 K R4096-14 ADD stake sides to 14' flatbed $4,280.00 Premier PTC 1496SFB PREMIER 14' DRW FLAT BED FOR 108'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $9,035.00 PTC ALUM14-STAKE 44'' Aluiminum stake sides for 14' flatbed $3,375.00 PTC VC520ES Venco Electric Hoist for 14' flatbed $4,905.00 ABG FABRICATION ABG FLAT14-ST ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth steel load floor. ICC Bumper Expanded metal rear window. Painted Black. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,215.00 ABG FLAT14-AL ABG Fabrication 14' X 8' Flatbed for 120 CA chassis, crossmembers 12" OC, 3/16 floor, outside stake pockets and rub rail, skirted rear, LED running lights, smooth aluminum load floor. ICC Bumper Expanded metal rear window. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $10,215.00 ABG HOIST-EH 12-15T electric over hydraulic dumping flatbed. $4,710.00 DVA DVA 14STAKE CM Truck Beds 14' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$14,850.00 ACTION - READING AF FLAT14-ST 14' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $8,585.00 FLAT BED - STAKE / GOOSE NECK 826 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,815.00 16' FLAT BED Knapheide K FLAT16 Knapheide 16' DRW flat bed with 40'' bulkhead, screened window and ICC bumper req's 120'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,720.00 K VENTURO VC620SF-ES ADD electric hoist to 16' flatbed $7,805.00 K R4096-16 ADD stake sides to 16' flatbed $4,405.00 Premier PTC 1696SFB PREMIER 16' DRW FLAT BED FOR 120'' CA includes 44'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $10,335.00 PTC ALUM16-STAKE 44'' Aluiminum stake sides for 16' flatbed $3,750.00 PTC VC620ES Venco Electric Hoist for 16' flatbed $6,080.00 DVA DVA 16STAKE CM Truck Beds 16' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,550.00 ACTION - READING AF FLAT16-ST 16' Flatbed DRW Action 11 Ga. Smooth Galvannealed steel Skin on Headboard and floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Headboard with Punched Window, & ICC bumper (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.). $9,450.00 AF LR416B RUGBY DOUBLE ACTING HOIST, LR-416B $4,815.00 18' FLAT BED Premier PTC 1896SFB PREMIER 18' DRW FLAT BED FOR 132'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $11,600.00 PTC ALUM18-STAKE 44'' Aluiminum stake sides for 18' flatbed $4,125.00 DVA DVA 18STAKE CM Truck Beds 18' stake body with 40'' stake sides, lazer cut window, and IIC bumper with class IV hitch and 7/4 wire trailer wiring, painted black. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,950.00 20' FLAT BED Premier PTC 2096SFB PREMIER 20' DRW FLAT BED FOR 144'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, one piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $12,890.00 PTC ALUM20-STAKE 44'' Aluiminum stake sides for 20' flatbed $4,500.00 FLAT BED - STAKE / GOOSE NECK 827 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 22' FLAT BED Premier PTC 2296SFB PREMIER 22' DRW FLAT BED FOR 156'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $14,400.00 PTC ALUM22-STAKE 44'' Aluiminum stake sides for 22' flatbed $4,875.00 24' FLAT BED Premier PTC 2496SFB PREMIER 24' DRW FLAT BED FOR 168'' CA includes 53'' Headboard W/ Punched Window, 12'' O/C Crossmembers 3/16'' smooth floor, TWO piece construction, and ICC Bumper. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,975.00 PTC ALUM24-STAKE 44'' Aluiminum stake sides for 24' flatbed $5,250.00 FLAT BED - STAKE / GOOSE NECK 828 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION Light Dump Bodies PREMIER TRUCK PTC DU913 9' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,560.00 PTC DU918 9' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$16,930.00 PTC DU1113 11' Godwin 13'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,195.00 PTC DU1118 11' Godwin 18'' fixed side E/H dump body with ground control tarp including arm bars, 6'' cheater boards, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$17,865.00 Reading Rugby AF DU-RGBY912 9' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,560.00 AF DU-RGBY916 9' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,865.00 AF DU-RGBY1112 11' L X 96" W 2-3 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2) 6 inch cheater boards installed inside pockets. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,215.00 AF DU-RGBY1116 11' L X 96" W 3-4 Yard Rugby Eliminator series Tipper Dump: 10 Ga. Steel Construction, Single Acting Electric Hoist, ICC Bumper, 1/4 Cab Shield, Semi-Auto Tarp System with spring loaded arm bars, and (2)- 6 inch cheater boards installed inside pockets. Req's 14,000 to 15,500 GVW Domistec Truck (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,560.00 AF FDS UPGRADE RUGBY DUMP TO INCLUDE FOLD DOWN SIDE (PER SIDE).$1,350.00 Knapheide K KDBF912B Knapheide 9' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,275.00 K KDBF916B Knapheide 9' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 60'' CA $17,700.00 K KDBF1112B Knapheide 11' 2-3 YD 12'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,915.00 K KDBF1116B Knapheide 11' 3-4 YD 16'' side dump with 6'' cheater boards. Includes ground tarp control with spring loaded arm bars and ICC bumper.$18,480.00 ROYAL TRUCK RTB DUMP9-AL Duramag 9' Smooth Side Aluminum Dump Body, with 14" Sides & 21" Tailgate, 9' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $19,240.00 RTB DUMP9F-AL Duramag 9' Smooth Side Aluminum FOLD DOWN SIDE Dump Body, with 14" Sides & 21" Tailgate, 9' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $21,240.00 RTB DUMP11-AL Duramag 9' Smooth Side Aluminum Dump Body, with 14" Sides & 21" Tailgate, 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $21,095.00 DUMP BODIES 829 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION RTB DUMP11F-AL Duramag 11' Smooth Side Aluminum FOLD DOWN SIDE Dump Body, with 14" Sides & 21" Tailgate, 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $23,095.00 MEDIUM DUTY DUMP BODIES READING - MEDIUM DUTY AF DU-RGBY1057-MD 10' L X 96" W 5-7 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $24,135.00 AF DU-RGBY1068-MD 10' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $26,300.00 AF DU-RGBY1268-MD 12' L X 96" W 6-8 Yard Tipper Rugby Titan Series Dumps: 10 Ga. Construction, 8 Ga. Floor, Painted Black, Hot Shift PTO, Semi-Auto Tarp with Spring Loaded Arm Bars, (2) Cheater Boards, ICC Bumper, For Medium Duty Trucks. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) Requires Factory PTO Provision. $26,365.00 AF COAL ADD COAL CHUTE TO MEDIUM DUTY DUMP $705.00 AF APRON ADD SPREADER APRON TO MEDIUM DUTY DUMP $460.00 PREMIER TRUCK PTC DU10-5 10' Godwin 30'' Fixed sides, hydraulic hoist, includes ground control tarp including arm bars, 6'' cheater boards, rear gate, muncie PTO, pump, reservoir, plumbing, and fluid. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,720.00 TRASH DUMP (42'' EXPANDED METAL SIDES) Reading AF 1042TD 10' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 16" Centers, 42" Solid Metal Sides, 42" Solid Metal Rear Barn Doors, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,180.00 AF TD1242 12' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC516-ED, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,620.00 AF TD1442 14' Blue Ridge Trash Dump: 11 Ga. Smooth Galvannealed Steel Skin on Headboard and Floor, Powder Coat Black, Structural Steel Cross Members on 12" Centers, 42" Expanded Metal Sides, 42" Expanded Metal Rear Barn Doors, ICC Bumper, Donovan 2000X Manual Tarp with Rear Pull Bar and rope with Ground Control with Venco VC520DA, Single Acting Electric Hoist (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,745.00 AF BIGHD-LCF High headboard ( for Chevy LCF )$290.00 AF BIGHD-MD High headboard for Chevrolet Medium Duty.$165.00 CONTRACTOR DUMP BODIES Premier PTC 1296SCB Premier 12' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$15,510.00 PTC 1496SCB Premier 14' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$18,105.00 DUMP BODIES 830 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PTC 1696SCB Premier 16' E/H contractor dump with ground level tarp including arm bars, 14'' solid sides, and rear gate. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.)$20,270.00 Knapheide K CONT-DUMP12 Knapheide 12' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 84'' CA $17,935.00 K CONT-DUMP14 Knapheide 14' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) req's 108'' CA $19,510.00 K CONT-DUMP16 Knapheide 16' contractors dump with 14'' solid sides and rear barn doors with electric hoist, includes manual tarp (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)req's 120'' CA $20,855.00 Dump Accessories Knapheide K DONOVAN-4200P Manual Tarp Roller $1,375.00 K U S E-TARP Upgrade to Electric Tarp System.$1,600.00 AF ETS Upgrade to Electric Tarp System in lieu of semi-auto tarp.$2,040.00 Premier PTC-MTR Manual Tarp Roller $1,040.00 PTC-ETS Electric Tarp System $2,865.00 PTC-SATR Semi automatic Manual Tarp Roller, includes arm and ground level crank $2,140.00 Reading AF CLV-DUMP HITCH PLATE WITH RECEIVER HITCH $665.00 AF 7/4WIRE 7/4 WAY TRAILER RECEPTACLE $255.00 LCF DUMP ROYAL TRUCK RTB DUMP12-AL-LCF Duramag 12' **LCF** Aluminum FOLD DOWN SIDE Smooth Side Dump Body, 14" Sides & 21" Tailgate, Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $21,385.00 RTB DUMP12F-AL-LCF Duramag 12' **LCF** Aluminum FOLD DOWN SIDE Smooth Side Dump Body, 14" Sides & 21" Tailgate, Champion Scissor Hoist - Electric Push Control Dual Action Pump includes manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $23,335.00 DUMP BODIES 831 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PREMIER TRUCK EQUIPMENT PTC BOX24-UB 24X18X18 Steel under body tool box, installed.$465.00 PTC BOX24-FM 24X18X18 Steel under body tool box, frame mounted for dump applications.$810.00 PTC BOX30-UB 30X18X18 Steel under body tool box, installed.$505.00 PTC BOX30-FM 30X18X18 Steel under body tool box, frame mounted for dump applications.$850.00 PTC BOX36-UB 36X18X18 Steel under body tool box, installed.$555.00 PTC BOX36-FM 36X18X18 Steel under body tool box, frame mounted for dump applications.$900.00 PTC BOX36-UB-AL 36X18X18 Aluminum under body tool box, installed.$640.00 PTC BOX36-FM-AL 36X18X18 Aluminum under body tool box, frame mounted for dump applications.$985.00 PTC BOX48-UB 48X18X18 Steel under body tool box, installed.$675.00 PTC BOX48-FM 48X18X18 Steel under body tool box, frame mounted for dump applications.$1,020.00 PTC BOX48-UB-AL 48X18X18 Aluminum under body tool box, installed.$815.00 PTC BOX48-FM-AL 48X18X18 Aluminum under body tool box, frame mounted for dump applications.$1,160.00 PTC BOX60-UB 60X18X18 Steel under body tool box, installed.$765.00 PTC BOX60-FM 60X18X18 Steel under body tool box, frame mounted for dump applications.$1,110.00 PTC-UB-BRACKET Under body Tool Box mount bracket for dump applications.$340.00 READING CORP AF BOX24-UB 24" X 18" X 18" Powder coated black welded under bed $1,820.00 AF BOX24-FM 24" X 18" X 18" Powder coated black frame mounted for dump applications.$1,735.00 AF BOX30-UM Underbody 30x18x18 steel tool box, bolted under flatbed $955.00 AF BOX30-FM Underbody 30x18x18 steel tool box, mounted to frame for dump applications.$950.00 AF BOX36-UM Underbody 36x18x18 steel tool box, bolted under flatbed.$960.00 AF BOX36-FM Underbody 36x18x18 steel tool box, mounted to frame for dump applications.$955.00 AF BOX48-UM Underbody 48x18x18 steel tool box, bolted under flatbed $1,100.00 AF BOX48-FM Underbody 48x18x18 steel tool box, mounted to frame for dump applications.$1,095.00 AF BOX60-UM Underbody 60x18x18 steel tool box, bolted under flatbed $1,305.00 AF BOX60-FM Underbody 60x18x18 steel tool box, mounted to frame for dump applications.$1,185.00 ABG ACCESSORIES ABG BOX30SRW Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX30SRW-AL Buyers products underbody toolbox, 15X13X30 for under 8' bed delete trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 UNDER MOUNT TOOL BOXES 832 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ABG BOX30DRW Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $935.00 ABG BOX30DRW-AL Buyers products underbody toolbox, 18X18X30 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,000.00 ABG BOX36-UB Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black (will go past the angled corner at front of bed)$935.00 ABG BOX36-UB-AL Buyers products underbody toolbox, 18X18X36 for under 9' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum (will go past the angled corner at front of bed)$1,085.00 ABG BOX48-UB Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,060.00 ABG BOX48-UB-AL Buyers products underbody toolbox, 18X18X48 for under 11' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,375.00 ABG BOX60-UB Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, powdercoated black $1,185.00 ABG BOX60-UB-AL Buyers products underbody toolbox, 18X18X60 for under 14' bed trucks. T-Handle, keyed alike if multiples purchased, diamond tread aluminum $1,535.00 KNAPHEIDE - KTEC K BOX24-UB Underbody 24X18X18 steel tool box, bolted under flat bed.$630.00 K BOX24-FM Underbody 24X18X18 steel tool box, frame mounted for dump applications.$1,015.00 K BOX30-UB Underbody 30X18X18 steel tool box, bolted under flat bed.$0.00 K BOX 30-FM Underbody 30X18X18 steel tool box, frame mounted for dump applications.$1,035.00 K BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$750.00 K BOX48-FM Underbody 48X18X18 steel tool box, frame mounted for dump applications.$1,285.00 K BOX36-UB-AL Underbody 36X18X18 aluminum tool box, bolted under flat bed.$915.00 K BOX36-FM-AL Underbody 36X18X18 aluminum tool box, frame mounted for dump applications.$1,180.00 K BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$900.00 K BOX60-FM Underbody 60X18X18 steel tool box, frame mounted for dump applications.$1,445.00 K BOX48-UB-AL Underbody 48X18X18 aluminum tool box, bolted under flat bed.$1,080.00 K BOX48-FM-AL Underbody 48X18X18 aluminum tool box, frame mounted for dump applications.$1,345.00 K BOX60-UB Underbody 60X18X18 steel tool box, bolted under flat bed.$1,060.00 UNDER MOUNT TOOL BOXES 833 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION READING CORP ALUM BOX 12' ALUMINUM BOX AF DRY 12 AL J & B Aluminum 12' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $17,175.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 14' ALUMINUM BOX AF DRY 14 AL J & B Aluminum 14' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,335.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 16' ALUMINUM BOX AF DRY 16 AL J & B Aluminum 16' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $19,665.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 18' ALUMINUM BOX AF DRY 18 AL J & B Aluminum 18' L x 96" W x 84" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $21,440.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 20' ALUMINUM BOX AF DRY 20 AL J & B Aluminum 20' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $23,730.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 22' ALUMINUM BOX AF DRY 22 AL J & B Aluminum 22' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $25,145.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 24' ALUMINUM BOX AF DRY 24 AL J & B Aluminum 24' L x 96" W x 96" H Dry Freight Van Bodies: Aluminum w / Plywood Interior, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,335.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 READING CORP FRP BOX 12' FRP BOX AF DRY 12 FRP J & B FRP 12' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,000.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 DRY FREIGHT BOXES 834 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 14' FRP BOX AF DRY 14 FRP J & B FRP 14' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $18,460.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 16' FRP BOX AF DRY 16 FRP J & B FRP 16' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $20,735.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 18' FRP BOX AF DRY 18 FRP J & B FRP 18' L x 96" W x 84" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $22,670.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 20' FRP BOX AF DRY 20 FRP J & B FRP 20' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $25,065.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 22' FRP BOX AF DRY 22 FRP J & B FRP 22' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $26,510.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 24' FRP BOX AF DRY 24 FRP J & B FRP 24' L x 96" W x 96" H Dry Freight Van Bodies: FRP, Radius Front, Pine Floor, ICC Bumper, 1- Dome Light, 2- Rear Grab Handles, ** Composite Roll-up Rear Door (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $28,385.00 AF BUMP-FULL 14" Full Width Step Bumper $1,305.00 KNAPHEIDE ALUMINUM 12' ALUMINUM BOX K DRY 12 AL KNAPHEIDE 12' Aluminum DRY FREIGHT 96''X84'' , Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,090.00 14' ALUMINUM BOX K DRY 14 AL KNAPHEIDE 14' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,105.00 16' ALUMINUM BOX K DRY 16 AL KNAPHEIDE 16' Aluminum 96''X84'' DRY FREIGHT, Pine floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,575.00 DRY FREIGHT BOXES 835 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION 18' ALUMINUM BOX K DRY 18 AL KNAPHEIDE 18' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,615.00 20' ALUMINUM BOX K DRY 20 AL KNAPHEIDE 20' Aluminum 96''X96'' DRY Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$19,135.00 22' ALUMINUM BOX K DRY 22 AL KNAPHEIDE 22' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,225.00 24' ALUMINUM BOX K DRY 24 AL KNAPHEIDE 24' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,730.00 26' ALUMINUM BOX K DRY 26 AL KNAPHEIDE 26' Aluminum 96''X96'' Dry Freight, Oak floor, Universal lining, ICC bumper, Dome Light (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,045.00 DRY FREIGHT BOXES 836 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ETI / PALFINGER AERIAL ETI ETT29SN ETI - PALFINGER AERIAL DEVICE WITH 34' Working Height 29' Ground to Bottom of Bucket 20' 9" Side Reach All Steel Booms Variable Speed Control at the Upper Controls Emergency Upper Boom Controlled Descent Valve Gen 2 Lightweight turret with hydraulic leveling for ETT-N Emergency Power at basket Switch at lower controls wired to unit options Lower controls assembly, includes lower control override. Electric Tool Circuit (110V) at bucket--NOTE—Wired to inverter to power this outlet. Assembly, upper control panel ETT-SN. Fiberglass control panel. Powder Paint White with ETI Powder Coating Process Bucket, 24 X 30 L/DOOR LH REC HDL PTO & Hydraulic Pump (5.4GPM@1200RPM) Superduty Start/Stop/E-power control module package Relay box & bracket for Ford Regular Cab builds ***MOUNTED BEHIND DRIVER'S SEAT*** Stabilizer Bar, Under Frame on 2017+ Ford F-350/450/550/600 Diesel chassis Ford F450/F550 Sumo springs on front axle Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light Extra Hydraulic filter for Aerial Device (Shipped Loose) Palfinger Aerial Body - Galvanneal Steel 108" Length 96" Width 20" Deep Compartments 56" Load Area Width 40" Side Compartment Height 25" Compartment Height Above Load Area Floor PAB 42" Long Tail shelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tail shelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV) Cantilever grip strut step and platform centered on the rear of the tail shelf for bucket access. Step is approximately 16"W by 12"L and does not extend past the hitch. Paint body standard White (108) Non-skid coating on body front walls, compartment tops, load area walls and floor, tail shelf floor, and tail shelf entry step Outrigger slot covers in the tail shelf area. Body Mounting Kit Install six strips of 31.5" LED Strip light. On/off switch in the cab. Mount vertically in all vertical Compartments and at the top of compartment in the two horizontal compartments. Tailboard, Composite, Yellow, Drop-in Mudflaps installed. 12" Aluminum Grab Handle on rear of body on the curbside Light Panel for Tail shelf. Centered cutout for backup camera. Reinstall chassis backup camera system Adapter bracket for backup camera to the tail shelf FMVSS Standard Light Package Body Clearance Lights - Red/Amber LED Stick on Body Reflectors Backup Lights – LED Tail Lights - LED (stop/tail/turn) with 4989MINI Tag Light Triple ID Lights – LED Entryway Light - Peterson model # 397 LED 4 Amber surface mount strobes 2 located on front grill of chassis, SS and CS 2 located on rear tail channel, SS and CS 1 Boom Support and Bucket Support, Bolt-on. No Counterweight Required for Stability 7 Blade trailer socket in bumper mounting hole. Trailer Wiring Harness Adapter – 7 Blade to 6 Prong round trailer socket. *SHIP LOOSE* Wheel chocks (2) with hair pin metal handle. 8Wx10Lx5.5H with 5 inch handle Unit Safety Switch - Parking brake must be set before unit will operate Bucket Cover with foam insert for 24X30 bucket One LED amber strobe light on Streetside with post mounting bracket. Cone Holder installed (Standard location, on SS tail shelf for best fit). DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference. Triangle Warning Kit. (REQUIRES PTO – 60” CA CHASSIS – 16,500 GVWR) $72,270.00 AERIAL DEVICES 837 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ETI ETC35SNT ETI - PALFINGER AERIAL DEVICE WITH 40'Working Height 35' Ground to Bottom of Bucket 27' Side Reach Non- Continuous Rotation Steel Inner Boom Steel Lower Boom Variable Speed Control at the Upper Controls Upper Controls Mounted on Bucket Hydraulic Bucket Leveling Hoses Inside Boom Are Contained in a Cat Trac Emergency Upper Boom Controlled Descent Valve Start/Stop at basket Pedestal (41.75") Turret Assembly for ETC35 on Pedestal End Mount Bucket Bracket for ETC35SN Lower Boom Assembly for ETC35SN without a hydraulic rotator Pedestal (41.75") Turret Assembly for ETC35 on Pedestal End Mount Bucket Bracket for ETC35SN Lower Boom Assembly for ETC35SN without a hydraulic rotator Upper Boom Assembly for ETC35SN Switch at lower controls wired to unit options Emergency Power at basket Lower controls assembly, includes lower control override ***MOUNTED ON THE INSIDE OF CS3 TOWARD THE RIGHT SIDE OF THE COMPARTMENT*** Electric Tool Circuit (110V) at bucket--NOTE—Wired to inverter to power this outlet. Upper Control Switches Powder Paint White with ETI Powder Coating Process Bucket, 24 X 30 L/DOOR LH REC HDL PTO & Hydraulic Pump (5.4GPM@1200RPM)Stabilizer Bar, Under Frame on 2017+ Ford F-350/450/550/600 Diesel chassis Ford F450/F550 Sumosprings on front axle Amber Strobe Light on each side of knuckle. Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light High Pressure In-Line Hydraulic Filter Extra Hydraulic filter for Aerial Device (Shipped Loose) 400 Lb Basket Capacity Palfinger Aerial Body - Galvanneal Steel 108" Length 96" Width 20" Deep Compartments 56" Load Area Width 40" Side Compartment Height 25" Compartment Height Above Load Area Floor Steel Treadplate Floor Recessed Whale Tail Door Handles - Keyed alike SS1 and CS1 Compartment Size: 33" SS2 and CS2 Compartment Size: 46" SS3 and CS3 Compartment Size: 29" Master Lock System with two handles at the rear Rubber fenderette around wheel wells PAB 36" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches-keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV) Paint body standard White (108) Non-skid coating on body front walls, compartment tops, load area walls and floor, tailshelf floor, and tail shelf entry step Outrigger slot covers in the tailshelf area. Body Mounting Kit Install six strips of 31.5" LED Strip light. On/off switch in the cab. Mount vertically in all vertical compartments and at the top of compartment in the two horizontal compartments. Tailboard, Composite, Yellow, Drop-in Mudflaps installed. 12" Aluminum Grab Handle on rear of body on the curbside Light Panel for Tailshelf. Centered cutout for backup camera. Reinstall chassis backup camera system Adapter bracket for backup camera to the tailshelf FMVSS Standard Light Package Body Clearance Lights - Red/Amber LED Stick on Body Reflectors Backup Lights – LED Tail Lights - LED (stop/tail/turn) with 4989MINI Tag Light Triple ID Lights – LED Entryway Light - Peterson model # 397 LED 4 Amber surface mount strobes 2 located on front grill of chassis, SS and CS 2 located on rear tail channel, SS and CS Boom Support and Bucket Support, Bolt-on. No Counterweight Required for Stability SS1-Adjustable Shelf with 2 dividers SS2-Blank SS3-Adjustable Shelf with 2 dividers CS1-Adjustable Shelf with 2 dividers CS2-Adjustable Shelf with 8 dividers CS3 -29" Compartment, Swivel Material Hooks arranged 2-3-2. Each hook has 5 possible fixed positions 10 pack of extra shelving dividers. Ship loose the SS1 compartment. 7 Blade trailer socket in bumper mounting hole. Trailer Wiring Harness Adapter – 7 Blade to 6 Prong round trailer socket. Wheel chocks (2) with hair pin metal handle. 8Wx10Lx5.5H with 5 inch handle Unit Safety Switch - Parking brake must be set before unit will operate Bucket Cover with foam insert for 24X30 bucket DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference. Triangle Warning Kit, Spare fuses for 2017+ Ford truck Required per Federal Motor Cone Holder installed (Standard location, on SS tailshelf for best fit). (REQUIRES PTO – 60” CA CHASSIS – 16,500 GVWR) $77,915.00 AERIAL DEVICES 838 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ETI ETC37IH ETI - PALFINGER AERIAL DEVICE with 41' 9" Working Height 36' 9" Ground to Bottom of Bucket 28' Side Reach with End Mount Bucket Continuous Rotation Fiberglass Inner Boom Hoses Inside Boom Are Contained in a Cat TracPTO & Hydraulic Pump (7.0 GPM@1200RPM) 1 2023+ Ford Superduty Start/Stop/E-power control module package 1 Relay box & bracket for Ford Regular Cab builds **MOUNTED BEHIND DRIVER'S SEAT*** Lower Boom w/ Fiberglass Insert for ETC37 Upper Boom assembly for ETC37IH Pedestal (41.75)(Standard for ETC37) End Mount Bucket Bracket with 180 Degree Hydraulic Rotator Turret assembly for ETC37 Manual emergency lowering valve at bucket controls Start/Stop at basket Emergency Power at basket 2-Speed Throttle at basket 2-Speed chassis integration Switch at lower controls wired to unit options Non-Metallic 4-Function Single-Handle Control with Hydraulic Tool Circuit with flow divider and pressure relief. Powder Paint White with ETI Powder Coating Process Bucket, 24 X 30 L/STEP RH CTRL Stabilizer Bar, Under Frame on 2017+ Ford F- 350/450/550/600 Diesel chassis Ford F450/F550 Sumosprings on front axle Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light High Pressure In-Line Hydraulic Filter Extra Hydraulic filter for Aerial Device (Shipped Loose) Palfinger Aerial Body - Galvanneal Steel 108" Length 96" Width 20" Deep Compartments 56" Load Area Width 40" Side Compartment Height 25" Compartment Height Above Load Area Floor Steel Treadplate Floor Recessed Whale Tail Door Handles - Keyed alike SS1 and CS1 Compartment Size: 33" SS2 and CS2 Compartment Size: 46" SS3 and CS3 Compartment Size: 29" Full Length Shelf with Rear Access Door in Curb Side Pack Master Lock System with two handles at the rear Rubber fenderette around wheel wells PAB 36" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV) Body Mounting Kit Paint body standard ETI White (108) Non-skid coating on compartment tops, load area walls and floor, tailshelf floor, and entry steps Outrigger slot covers in the tailshelf area. Tailboard, Composite, Yellow, Drop-in Mudflaps installed. 12" Aluminum Grab Handle on rear of body on the curbside Light Panel for Tailshelf. Centered cutout for backup camera. Relocate Ford factory back-up camera and install to adapter bracket for backup camera to the tailshelf FMVSS Standard Light Package Body Clearance Lights - Red/Amber LED Stick on Body Reflectors Backup Lights – LED Tail Lights - LED (stop/tail/turn) with 4989MINI Tag Light Triple ID Lights – LED Entryway Light - Peterson model # 397 LED Boom Support and Bucket Support, Bolt-on. OSP 600 lb Counter Weight SS1-Adjustable Shelf with 2 dividers SS2-Adjustable Shelf with 8 dividers SS3 -29" Compartment, Swivel Material Hooks arranged 2-3- 2. Each hook has 5 possible fixed positions CS1-Adjustable Shelf with 2 dividers CS2-Blank CS3-Adjustable Shelf with 2 dividers Unit Safety Switch - Parking brake must be set before unit will operate Pintle adapter plate for 2" receiver. Combination pintle hitch with 2" ball Trailer Wiring Harness Adapter – 7 Blade to 6 Prong round trailer socket. *SHIP LOOSE* 7 Blade trailer socket in bumper mounting hole. Bucket Cover with foam insert for 24X30 bucket 24X30 Bucket Liner-polyethylene Stainless steel rounding lug attached to tailshelf. (Standard location is CS Tailshelf rib) One amber strobe light on Streetside with post mounting bracket. Cone Holder installed (Standard location, on SS tailshelf for best fit). Wheel chocks (2) with hair pin metal handle. 8Wx10Lx5.5H with 5 inch handle DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference. Triangle Warning Kit, Spare fuses for 2017+ Ford truck. (REQUIRES PTO PROVISION, 19.5K GVWR, 60'' CA). $89,065.00 ETI ETC 40IH ETI - PALFINGER AERIAL DEVICE with 44' 9" Working Height 39' 9" Ground to Bottom of Bucket 29' 6" Side Reach with End Mount Bucket Continuous Rotation Fiberglass Inner Boom Hoses Inside Boom Are Contained in a Cat Trac Emergency Upper Boom Controlled Descent Valve 400 lb Bucket Capacity PTO & Hydraulic Pump (7.0 GPM@1200RPM) End Mount Bucket Bracket with 180 Degree Hydraulic Rotator Lower Boom Assembly with Fiberglass insert for ETC40 1 Upper Boom Assembly for ETC40IH. Pedestal (41.75)(Standard for ETC37) Standard turret assembly for ETC40IH or ETXC37IH Manual emergency lowering valve at bucket controls Start/Stop at basket emergency Power at basket 2-Speed Throttle at basket Bucket, 24 X 30 L/STEP RH CTRL Switch at lower controls wired to unit options Non-Metallic 4-Function Single-Handle Control with Hydraulic Tool Circuit with flow divider and pressure relief. Dielectrically test upper controls per ANSI 92.2 Reference ANSI 92.2 Section 5.4.2.6 1 Powder Paint White with Powder Coating Process 1 Stabilizer Bar, Under Frame on 2017+ Ford F-350/450/550/600 Diesel chassis Ford F450/F550 Sumo springs on front axle Two Inclinometers One centered in cab in view of driver One CS rear - right of Triple ID Light High pressure In-Line Hydraulic Filter Extra Hydraulic filter for Aerial Device (Shipped Loose) Palfinger Aerial Body - Galvanneal Steel 108" Length 96" Width 20" Deep Compartments 56" Load Area Width 40" Side Compartment Height 25" Compartment Height Above Load Area Floor PAB 36" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tail shelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV) Paint body standard White (108) Non-skid coating on body front walls, compartment tops, load area walls and floor, tail shelf floor, and tail shelf entry step Outrigger slot covers in the tail shelf area. Body Mounting Kit Tailboard, Composite, Yellow, Drop-in Mudflaps installed. 12" Aluminum Grab Handle on rear of body on the curbside Light Panel for Tail shelf. Centered cutout for backup camera. Relocate Ford factory back-up camera and install to adapter bracket for backup camera to the tail shelf FMVSS Standard Light Package Boom Support and Bucket Support, Bolt-on. 1 OSP 800lb Counter Weight 2 SS1-Adjustable Shelf with 2 dividers SS2-Adjustable Shelf with 8 dividers SS3 -29" Compartment, Swivel Material Hooks arranged 2-3-2. Each hook has 5 possible fixed positions CS1- Adjustable Shelf with 2 dividers CS2-Blank CS3-Adjustable Shelf with 2 dividers Unit Safety Switch - Parking brake must be set before unit will operate Pintle adapter plate for 2" receiver. Combination pintle hitch with 2" ball Trailer Wiring Harness Adapter – 7 Blade to 6 Prong round trailer socket. 7 Blade trailer socket in bumper mounting hole. Bucket Cover with foam insert for 24X30 bucket 24X30 Bucket Liner-polyethylene Stainless steel grounding lug attached to tail shelf. (Standard location is CS Tail shelf rib) 11 One amber strobe light on Streetside with post mounting racket. Cone Holder installed (Standard location, on SS tail shelf for best fit). Wheel chocks (2) with hair pin metal handle. 8Wx10Lx5.5H with 5 inch handle 1 DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no interference. Triangle Warning Kit, Spare fuses for 2017+ Ford truck Required per Federal motor DOT inspection 4 Amber surface mount strobes 2 located on front grill of chassis, SS and CS 2 located on rear tail channel. (REQUIRES PTO PROVISION, 19.5K GVWR, 60'' CA). $93,140.00 AERIAL DEVICES 839 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ETI ETCMH40IH ETI - PALFINGER AERIAL DEVICE WITH 45' 0" Working Height 40' 0" Ground to Bottom of Bucket 30' 3" Side Reach with End Mount Bucket Continuous Rotation Fiberglass Inner Boom Hoses Inside Boom Are Contained in a Cat Trac Emergency Upper Boom Controlled Descent Valve Based on 40" chassis frame height Lower Boom Assembly with fiberglass insert for ETCMH40IH. Upper Boom for ETCMH40IH with 1000# lift eye near end of outer boom. Bucket bracket with 180 degree bucket rotator and top-mount jib mounting provisions. Pedestal (Standard 42.25") Turret assembly for ETCMH40IH. Reservoir, 15 Gallon, floor mounted in the SS front corner of the load area. Emergency Power at basket Start/Stop at basket 2- Speed Throttle at basket Switch at lower controls wired to unit options Switch at rear of body Wired to unit options. Locate at standard SS position. Hydraulic Jib and Winch Package Hydraulic Lilting Jib Mounted on top of Boom Manual Jib Extension Manual Jib Rotation Hydraulic Winch Mounted Over Jib 60' x 1/2" Winch Line with Swivel Hook Remote Winch Control at Lower Controls Non-Metallic, Single-Handle Control with Joy Stick winch control and Hydraulic Tool Circuit with flow divider and pressure relief. 4-Function Dielectrically test upper controls per ANSI 92.2 Reference ANSI 92.2 Section 5.4.2.6 Powder Paint White with ETI Powder Coating Process Bucket, 24 X 30 Left Step, Right studs for control bracket mounting. Standard 400 pound bucket capacity (350 with bucket liner) for ETC40MH. Jib capacity for ETC40MH. 300 pound minimum capacity, 1000 pound maximum Capacity. Hose kit for ETC40MH equipped with a top-mount jib and standard bucket bracket. PTO & Hydraulic Pump (7.0 GPM@1200RPM) 2023+ Ford Superduty Start/Stop/E-power control module package Relay box & bracket for Ford Regular Cab builds ***MOUNTED BEHIND DRIVER'S SEAT*** Outrigger A-Frame A-Frame Outrigger assembly mounted between body and truck and cab The outrigger valves will be mounted inside the outrigger covers. For 30" and above frame heights. 34 1/8" wide frame. Outrigger/boom Interlock with covers Two DICA polyurethane outrigger pads, 18"X18"X1" Storage brackets for outrigger pads under the front compartments on both sides. For pads up to 20" X 20" X 3" tall. Stabilizer Bar, Under Frame on 2017+ Ford F-350/450/550/600 Diesel chassis Ford F450/550 Sumosprings for front Supersprings for rear Two InclinometersOne centered in cab in view of driver One CS rear - right of Triple ID Light High Pressure In-Line Hydraulic Filter Extra Hydraulic filter for Aerial Device Palfinger Aerial Body - Galvanneal Steel 132" Length 96" Width 20" Deep Compartments 56" Load Area Width 40" Side Compartment Height 25" Compartment Height Above Load Area Floor Steel Treadplate Floor Recessed Whale Tail Door Handles - Keyed alike SS1 and CS1 Compartment Size: 29" SS2 and CS2 Compartment Size: 24" SS3 and CS3 Compartment Size: 46" SS4 and CS4 Compartment Size: 33" Full Length Shelf with Rear Access Door in Curb Side Pack Master Lock System with two handles at the rear Rubber fenderette around wheel wells PAB 36" Long Tailshelf Smooth plate entryway steps on curbside with grip strut step underneath. Hand rail on left hand side of entry Through box in tailshelf with a 8" x 17.5" wide opening. Access doors on both side with whale tail latches -keyed alike at the body Receiver tube at the rear (MGTW 10,000#, MAX TONGUE WEIGHT 1,200#) (CLASS IV) Paint body standard White (132) Non-skid coating on body front walls, Compartment tops, load area walls and floor, tailshelf floor, and tailshelf entry step Rear outrigger covers in the tailshelf area. Face plate package for outrigger control covers at the rear of the body. Cutouts for indicator lights Body Mounting Kit, MH Body, Ford 84 CA. Install 8 strips of 31.5" LED Strip light. On/off switch in the cab. Mount vertically in all full vertical compartments and at the top of compartment in the two horizontal compartments. Tailboard, Composite, Yellow, Drop-in Mudflaps installed. 12" Aluminum Grab Handle on rear of body on the curbside Light Panel for Tailshelf. entered cutout for backup camera. Reinstall chassis backup camera system Adapter bracket for backup camera to the tailshelf FMVSS Standard Light Package Body Clearance Lights - Red/Amber LED Stick on Body Reflectors Backup Lights – LED Tail Lights - LED (stop/tail/turn) with 4989MINI Tag LightTriple ID Lights – LED Entryway Light - Peterson model # 397 LED 4 Amber surface mount strobes 2 located on front grill of chassis, SS and CS 2 located on rear tail channel, SS and CS Boom Support and Bucket Support, Bolt-on. No Counterweight Required for Stability SS1- Adjustable Shelf with 2 dividers SS2-Adjustable Shelf with 2 dividers SS3-Blank SS4-Adjustable Shelf with 2 dividers CS1- Adjustable Shelf with 2 Dividers CS2-Adjustable Shelf with 2 dividers CS3-Adjustable Shelf with 8 dividers CS4-33" Compartment, Swivel Material Hooks arranged 2-3-2. Each hook has 5 possible fixed positions 10 pack of extra shelving dividers. Ship loose the SS1 compartment. 7 Blade trailer socket in bumper mounting hole. Trailer Wiring Harness Adapter – 7 Blade to 6 Prong round trailer socket. *SHIP LOOSE* Wheel chocks (2) with hair pin metal handle. 8Wx10Lx5.5H with 5 inch handle Unit Safety Switch - Parking brake must be set before unit will operate 400 Lb Basket Capacity (with outriggers down) Bucket Cover with foam insert for 24X30 bucket 24X30 Bucket Liner-polyethylene Multi-point Stainless steel Grounding lug attached to tailshelf. (Standard location is CS Tailshelf rib) Two amber strobe lights. ***SEE BUILD DWG*** DOT Kit -- 5 LB. ABC fire extinguisher mounted in cab if there is no Interference. Triangle Warning Kit, Spare fuses. $134,030.00 AERIAL DEVICES 840 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COMPRESSED AIR SYSTEMS UNDER HOOD CAS VR-70 G VMAC underhood (Gas Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $15,680.00 CAS VR-70 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 70cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $15,680.00 CAS VR-150 G VMAC underhood (Gase Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $20,005.00 CAS VR-150 D VMAC underhood (Diesel Engine) Belt Driven Rotary Screw capable up to 150cfm at 100psi (150psi max), 100% duty cycle. Mounts under the trucks hood with an engineered bracket and belt drive system. 2 Year Warranty, Lifetime airend warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $19,690.00 PTO DRIVEN VMAC PTO DTM70H VMAC (PTO Driven Air Compressor & Hydraulic pump) Air Compressor Output Up to 70 CFM* @ 100 psi (175 psi max); actual CFM output dependent on engine RPM Air Compressor Type PTO driven, direct transmission mounted, 100% duty cycle, VMAC oil-injected rotary screw. Weight (wet) Approximately 180 lbs (81.6 kg) PTO (included) CHELSEA® 249 Series, electrically actuated, PTO indicator lamp Throttle Control 2 throttle control set-points available Adjustable up to 3,000 RPM Allows for dual speed operation with cranes that have available input/output for high idle mode Control System On/Off function of PTO and compressor LCD display Service notifications Error messages System temperature Compatible with start/stop crane modules Allows for simultaneous operation of both the air compressor and hydraulic pump Safety System Automatic compressor heater function Compressor over-temp sensor Automatic rapid blow-down valve on tank 200 psi air pressure relief valve Truck drive disable circuit on throttle control Truck park brake safety shut-off switch on control box Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $21,440.00 EXTERNAL MOUNT CAS VMAC G30 VMAC Externally mounted belt driven rotary screw capable of 30cfm at 100psi (150psi max), 100% duty cycle. Includes remote start, 2 Year Warranty, Lifetime airend warranty, & 5 year subaru engine warranty. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $7,375.00 COMPRESSORS AND GENERATORS 841 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS AIR-NARC 150 -14HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Providing up to 190 AMPs of welding power. Engine: 14 HP Kohler® Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets, Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Welder: 14 HP Stand-alone: CC: 40-190 AMPs Operating Range. Battery Charge/Booster: 150 AMPs 12V/24V Boost. Drive System: Belt Driven Fuel Capacity: 1.9 Gal. or Plumb to Chassis (Kohler® 14) Dimensions: 50.7L x 19.2W x 40.8H - 30 Gal. Kohler® 14 HP (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $10,645.00 CAS AIR-N-ARC 300 DIESEL VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time service Engine Diesel: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $31,130.00 CAS AIR-N-ARC 300 GAS VANAIR Air N Arc 300 system, provides more efficient use of your truck bed and reduces cost by combining five power sources - Rotary screw on-demand air compressor, 7 kW generator, 300 AMP welder, battery booster and battery charger - into one single unit. Designed as a true two generator system, the Air N Arc 300 series allows multi-functioning such as welding and generator for lights for night time serviceEngine Gas: Engine Gas: 26.5 HP Kohler®, Air Cooled. Air Compressor Rotary Screw: 175 PSI, 40 CFM. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC welding, 270 AMPS at 100% duty cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System Belt Driven Fuel Capacity: 12 Gal. Integral Tank. w/ 10’ Remote Panel (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $22,955.00 CAS AIR-N-ARC 300 HYDRAULIC 14.5 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 14.5 GPM @ 2500 PSI Single function. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge. w/ 10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $19,705.00 CAS AIR-N-ARC 300 HYDRAULIC 19 VANAIR Air N Arc® 300 Hydraulic All–In-One Power System® features the innovation of being hydraulically driven, while still offering all the advantages of the Air N Arc® 300 engine drive system including a 40 CFM rotary screw air compressor, 300 AMP welder, 300 AMP 12V charger and 12V/24V booster, and 7 kW generator. Designed as a true two generator system, the Air N Arc® 300 Hydraulic allows simultaneous dual functionality such as welding and generator for lights for nighttime service. The system offers a small footprint for side pack or behind-the-cab mounting and is ideal for trucks with hydraulics already installed, such as crane trucks. Drive System: Open Center Hydraulic. Hydraulic Requirements: 19 GPM @ 2800 PSI Multifunction. Air Compressor: Rotary Screw, 40 CFM, 175 PSI. Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts. Battery Booster/Charger: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $19,710.00 COMPRESSORS AND GENERATORS 842 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS AIR-N-ARC 300 OPEN VANAIR Air N Arc I-300 six forms of power in a single 48” unit with full multi-functioning capabilities. Provides an integrated 40 CFM rotary screw compressor, 7 kW AC generator, 300 AMP welder, battery booster and battery charger, with the added power of a 13 GPM hydraulic pump. The Air N Arc® I-300 offers enough power to run a crane and the technology to integrate with the crane control. Engine: 25 HP Kubota®, Liquid Cooled (Tier 4 Compliant) Air Compressor: Rotary Screw, 40 CFM Free Air at High Speed 30 CFM Free Air at Idle, 175 PSI Generator: 7 kW Peak - 6.8 kW Continuous, AC Power, 60 Hz, Single Phase, 120V GFCI and 240V Outlets Hydraulic Output: Up to 13 GPM, Up to 3000 PSI (10.5 GPM Hydraulic Piston Pump) Welder: High Frequency DC Welding, 270 AMPs at 100% Duty Cycle CC: 40-300 AMPs Operating Range, CV: 15-30 Volts Battery Charge/Booster: 300 AMPs 12V/24V Boost, 50 AMP 12V Charge Drive System: Belt Driven Fuel Capacity: Plumb to Chassis or Remote Tank Provided by Customer.Open System w/10’ Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system (additional charges apply for connection points. $39,890.00 CAS POWERFLEX AE VANAIR Powerflex AE provides 40 cfm rotary screw air compressor for air-on-demand that can power up to 1” impact wrench and a 7kW generator for all our electric needs, the Powerflex™ AE provides you with the tools to get the job done, with your truck engines turned off. CFM Rating: 40 CFM @ High Speed. Air Pressure: 150 PSI. Compressor Type: Rotary Screw. AC Generator: 6.8 kW @ 60 Hz, 120/240 V. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Integrated 12 Gal. w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $29,930.00 CAS POWERFLEX AEH VANAIR PowerFlex AEH provides a 40 CFM at 150 PSI rotary screw air compressor, a 6,800 watt AC generator, and powerful hydraulic pump, providing 13 GPM and up to 3000 PSI. Save fuel costs, increase your productivity and meet EPA challenges with the PowerFlex™ AEH. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI AC Generator 6.8 kW @ 60 Hz, 120 / 240V. Compressor Type: Rotary Screw. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI Engine Type 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Dieselw/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $33,155.00 CAS POWERFLEX AH VANAIR PowerFlex AH provides a 40 CFM at 150 PSI rotary screw air compressor and hydraulic pump, providing 13 GPM and up to 3000 PSI with an integrated hydraulic reservoir. Tier 4 Final compliant, the PowerFlex™ AH is small enough to fit in a variety of load spaces. CFM Rating: 40 CFM @ High Speed / 30 CFM @ idle Speed. Air Pressure: 150 PSI. Hydraulic Flow: Up to 13 GPM. Hydraulic Pressure: Up to 3000 PSI. Engine Type: 25 HP Kubota® Tier 4 Final. Drive System: Belt Driven. Fuel Type: Diesel. Fuel Capacity: Plumb to Chassis. Compressor Type: Rotary Screw w/ 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $32,735.00 CAS AIR-N-ARC 150 -20HP VANAIR Air N ARC® 150 provides you with three forms of power in one compact and economic unit, allowing you to save space and weight on your vehicle. Engine: 19 HP Kohler. Air Compressor: Reciprocating, 20 CFM, 150 PSI Generator: 5 kW Peak, 4.2 kW Continuous, AC Power, 60 Hz, Single Phase, 120V and 240V Outlets. Welder: 19 HP with Remote Panel: CC: 40- 150 AMPs, CV: 15-30V. Battery Charge/Booster: AMPs 12V/24V Boost, 50 AMP 12V Charge (Optional for 19 HP Engine Only) Drive System: Belt Driven Fuel Capacity: 11.5 Gal. or Plumb to Chassis (Kohler® 19). Dimensions: 48.2L x 22.2W x 40.8H - 30 Gal. Kohler® 19 HP. 10' Remote Panel. (Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the system. We would like to schedule a pre build call with a representative of your agency so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. Additional Charges Will apply.) $15,015.00 ACCESSORIES CAS A800070 VMAC Eliminator70 - Air Cooled Air Cooler After-Cooler with automatic drain. Knock’s out 65% of water condensate. Installation included when tied into VR-70 or VR-150 Underhood order. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with a single valve at discharge of unit. No custom outlets or fittings installed. $1,725.00 CAS G30 REMOTE Optional Remote Control Panel for G30: # A500182. Remote Control Panel with a ten foot extension for key switch, hour meter, choke and unloader. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $840.00 COMPRESSORS AND GENERATORS 843 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CAS G30 TANK Optional Low Profile Air Receiver Tank for G30: # A500183, Dual 6-Gallon air receiver tanks, mounted under G30. Includes Gauge, fittings, hose and valves. Installation will be performed at Compressed Air Systems Inc. at 9303 Stannum Street, Tampa. The pricing includes a complete factory certified installation of the VMAC system with the unit discharging at the rear of the vehicle utilizing a single Chicago Coupling connection for hook up. We would like to schedule the delivery of the vehicle with a representative of your company so we can discuss additional options for your connection points. If you require gauges, regulators, manifolds, quick disconnect’s or variable connection points we can tailor the installation to your application. $1,695.00 VMAC 50 HOSE 50' HOSE AND REEL FOR VMAC COMPRESSED AIR SYSTEM. AT TIME OF VMAC UNDERHOOD INSTALLATION, IT WILL BE INSTALLED IN REAR COMPARTMENT OF UTILITY BODY WITH ROLLER FAIR- LEAD THROUG BACK OF BODY. $545.00 KNAPHEIDE TRUCK EQUIPMENT EXTERNAL MOUNT K VA CONTRACTOR VANAIR 14HP KOHLER 5KW PEAK AC GENERATOR 4.2KW CONTINUOUS 20 CFM RECIPROCATING COMPRESSOR 30 GAL. AIR STORAGE 1.9 GAL. FUEL STORAGE BATTERY INCLUDED $9,125.00 K VA VIPER VANAIR VIPER 40/100 KOHLER w/5.2 GEN 120 VOLT, 40 ICFM @ 100 PSIG @ 3320 RPM 120 VOLT OPERATION ONLY. 20 AMP & 30 AMP OUTLETS.$18,530.00 K VIPER CONTROL Auxillary control panel, specify mounting location.$1,705.00 K HR50 Hose reel with 50' x 3/8'' air hose mounted on reinforced compartment top, specify mounting location.$1,455.00 PTO DRIVEN K VMAC-DTM70 VMAC DTM70 Air Compressor, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.*** (AIR COMPRESSOR ONLY, SEE DTM70-H FOR COMPRESSOR & HYDRAULIC PUMP COMBO) $23,290.00 K VMAC-DTM70-H VMAC DTM70-H Air Compressor / Hydraulic System, with Filter Regulator Lubricator, 10 Gal Air Reciver, 3/4 NPTF Valve. (Includes PTO and choice of Hydraulic Pump) ***Requires Ford F250-F550 6.7L Diesel w/ PTO Port.***$27,575.00 COMPRESSORS AND GENERATORS 844 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CUTAWAY INTERIOR BUILDOUT CUES-E450-TVDUC CUES TV/DUC Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $374,450.00 CUES-E450-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $437,665.00 CUES-E450-TVONLY CUES TV Only - Build-Out for Ford E-450 Chassis with Walk-through EVO3.0 Interior Group for Control & Equipment Rooms, Onan Gas Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build- Out Only, (Req's Chassis and RockPort Box) $290,070.00 BOX BODY RP CUES-CUT ROCKPORT BOX FOR CUTAWAY VANS DESIGNED FOR CUES 15' 6''L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS ON 16'' CENTERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS, E-COATED STEP BUMPER RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY, HIGH IMPACT FRONT RADIUS CORNERS TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL, 2 GRAB HANDLES ROCKTOP AIR FARING WITH CAB ROOF CUTOUT ROCKTOP ABS INTERIOR LINER REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. PINE PLANK FLOOR IN LIEU OF HARDWOOD. ''RESTRICTED'' DELETE SETBACK SOLID BULKHEAD (FULL CAB CUTOUT) REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. ''RESTRICTED OPTION/REQUIRES APPROVAL'' FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. # POLAR 15'' WIDE .063 PRE-PAINTED WHITE ALUMINUM FULL LENGTH BOTTOM BODY SKIRTING W/ EXTENDED FRONT CORNERS AND REAR STRUCTURE SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24''. (UP TO 18') ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) 24.5'' FROM REAR WALL CENTERED IN ROOF DELETE STANDARD PLYWOOD LINER & TIE RINGS DELETE STANDARD D-RINGS (ALUM & FRP BODIES) FREIGHT TO CUES INC. IN ORLANDO, FL (Req's 2019 FORD E-450 CUTAWAY CHASSIS 176'' WB, DUAL REAR WHEELS, CRUISE, 6.8 L GASOLINE, 14,500# GVWR) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $18,095.00 TRANSIT BUILDOUT CUES-TRANSIT-TVDUC CUES TV/DUC Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $330,410.00 CUES CAMERA CONVERSIONS 845 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CUES-TRANSIT-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane (Crane not available with 11,000 lb. GVWR and Lateral Launcher) Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build- Out Only, Does Not Include Chassis. $394,180.00 CUES-TRANSIT-TVONLY CUES TV Only Build-Out for Ford Transit Gas Chassis (9,950 lb.or 11,000 lb. GVWR), EVO3.0 Interior Group for Control & Equipment Rooms, MEPS Inverter Power System (9,950 lb. GVWR), Onan Gas Generator (11,000 lb. GVWR), Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis. $246,235.00 CAB CHASSIS INTERIOR BUILDOUT CUES-F550-TVDUC CUES TV/DUC Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 8” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full DUC Digital Side-Scanning System with DUC Software Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Include Chassis or Box. $384,040.00 CUES-F550-TVLAMP2 CUES TV/LAMP2 Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis. EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, Full LAMP2 Lateral Launch System with Micro Pan/Tilt Camera, GraniteNet Premium Software Package with Rack Mount Computer System, Lateral Inspection Module for GraniteNet, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $447,605.00 CUES-F550-TVONLY CUES TV Only Build-Out for Ford F-550 or Chevy 5500 (Req's 120'' CA) Diesel Chassis with 16FT Cargo Box EVO3.0 Interior Group for Control & Equipment Rooms, Onan Diesel Generator System, Storage Package, Power Boom Crane, Mainline Pan/Tilt Camera, Rear View Camera & Transporter Package for 6” – 24” Pipe Sizes, 1,000FT Multi-Conductor Cable Package, Summit Power Control System Package, GraniteNet Premium Software Package with Rack Mount Computer System, Cable Protection Package, REDI-Kit Evaluation System, Five Days On-Site Training, Delivery. Full Equipment List Available Upon Request. Package is for Build-Out Only, Does Not Included Chassis or Box. $290,875.00 BOX BODY RP CUES-DRY ROCKPORT DRY BOX DESIGNED FOR CUES 16'L x 96''W x 84''H ALUMINUM SHEET & POST .040 ALUMINUM SIDEWALL, Z SHAPED GALVANIZED SIDE POSTS ON 16'' CENTERS 12'' ALUMINUM FRONT RADIUS, 5'' EXTRUDED ALUMINUM VERTICAL CORNERS 5'' TUBE SHAPE LONG SILLS, 3'' FORMED CHANNEL CROSSMEMBERS .032 ALUMINUM ONE PIECE ROOF, REAR MUD FLAPS RECESSED LED CLEARANCE LIGHTS, FLUSH REAR SILL WITH DRAIN TROUGH E- COATED REAR STRUCTURE, HIGH IMPACT FRONT RADIUS CORNERS REAR LED LIGHTS IN SIDE POSTS, FULL UNDERCOATING 3 YEAR 36,000 MILE LIMITED WARRANTY TRUE NOMINAL BODY LENGTH BEHIND SET BACK WALL REAR BACK-UP ALARM DELETE CARGO DOME LIGHT & SWITCHES. FLOOR CROSS MEMBERS ON 12'' CENTERS IN LIEU OF 16'', 3'' C- CHANNEL. PINE PLANK FLOOR IN LIEU OF HARDWOOD. REAR STRUCTURE - SPECIAL. VERTICAL POSTS EXTENDED TO MATCH LOWER SKIRTING, NO HOLES FOR R-UP LATCH OR RAMP. SPECIAL FULL WIDTH 12''D STEEL POOCHED REAR BUMPER, DIAMOND PLATE BACKSPLASH 17'' FROM TOP OF BUMPER TO TO TOP OF LOWER THRESHOLD/FLOOR. ROCKPORT FLAT FLOOR OR WHEELWELL UNIT. ''RESTRICTED OPTION'' ROOF BOWS ON 12'' CENTERS IN LIEU OF 24'' ALUMINUM TUBE ROOF REINFORCEMENT (AC UNIT OR ROOF VENT) FULL WIDTH FRP REAR SWING DOORS WITH CAM BAR LOCKS & SIDEWALL PROTECTION PLATES. FIBERGLASS INSULATION W/ ALUMINUM FRAME & KEMLITE LINER OVER INTERIOR PLYWOOD. REQUIRES RP0034 FRP DOORS. (02) ADDITIONAL REAR DOOR HINGES (04) PER DOOR. REQUIRES RP0034 FRP DOORS. STAINLESS STEEL CAM BAR HARDWARE & RODS IN LIU OF STANDARD. REQUIRES RP0034 FRP DOORS. # POLAR DELETE STANDARD PLYWOOD LINER DELETE STANDARD D-RINGS FREIGHT TO CUES IN ORLANDO, FL (Req's 19,500 GVWR Chassis with 120'' CA) ROCKPORT VAN AND TRUCK BODIES FORD DROP SHIP: 86O153 GM DROP SHIP: 300519 $16,615.00 CUES CAMERA CONVERSIONS 846 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION STELLAR CONTAINER CARRIER K STEL 53036 Stellar container carrier includes: reservoir and valve bank for cable controls-96'' three section. power take off (PTO) Hydraulic pump, plastic fender assembly for use on chassis with 19.5'' Tires, 30k pintle hitch bumper assembly, FMVSS108 compliant light kit, backup alarm, and 7 & 4 wire trailer connector, pintle NOT included. (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $53,020.00 K STEL ROT Upgrade to include rotator for Stellar Container Carrier.$27,005.00 GRAPPLE REFUSE BODY PI TL3-BASE Petersen Industries TL3 with walk through lever controls, Heavy Duty swing motor, Single Cylinder Grapple, 60''Boom-Up warning light, HD Control Box (Horn, Engine Throttle, Engine Kill Tandem Hydraulic Pump), Petersen standard enamel paint for loader, 20' X 30' hardox steel, Barn Doors, Wire loom for body wiring, LED Body marker lights (15 total), ANSI Z245.1 Package, Outrigger pads, Outrigger HDHI LED strobes, (2) Frame Mounted toolboxes (18''x18''x48''), Dual LED strobes mounted on pedestal head, Work Lights, set of two, mounted on each side of pedestal head & (2) grill mounted amber strobes. (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) - (Requires Cab Chassis with 168'' CA & 33,000 GVWR) $127,635.00 MECHANICS LUBE TRUCK QT LUBE 11' TORKT Mini Lube Body 84” CA with Sherwin Williams Genesis Paint to Match Cab, Black Liner (Bottom of Body, Platform), Enclosed Reel Compartment 60”H with LED Lighting Rear Roll Up Door, (2) Underbody Boxes, (2) Side Cabinets 60” High with Shelves and LED Lighting, Filter Drain Box, Amber Strobe Mounted Top Reel Compartment, (6) LED Work Lights. (4) Rear, (1) Front Left Corner, (1) Front Right Corner, Factory Backup Camera Installed, HYDRAULICS: PTO Installed, Single Pump, 10 GPM, 40 Gal Hydraulic Tank, Return Filter, High Pressure Filter Installed After Pump, AIR SYSTEM: BOSS BA440 Hydraulic Reciprocating Compressor, (2) 10 Gal Air Tanks Mounted Under Body, Crimped Air Lines Lincoln Air Regulator (250psi Rated), Reelcraft 50’ ½” Air Reel, (1) 135 Gal Poly Tank, (3) 75 Gal Poly Tank, (4) Graco 5:1 Air Pumps Individually Regulated, (4) Reelcraft 50’ New, product Reels, (4) Graco Digital All Weather Nozzles (Rigid Nozzle Standard), SALVAGE: (1) 190 Gal Poly Tank, Graco Diaphragm Pump, Graco 4 Way Valve and Strainer, Reelcraft 35’ ¾” Suction Hose w/ Stinger. (Includes 2nd Stage MSO, Completed Vehicle Certificate, & Weight Slip). Requires 19.5k GVWR & PTO. $140,540.00 SWAT JUMP VANS AMERICAN ALUMINUM AA JUMP AMERICAN ALUMINUM JUMP VAN CUSTOM BUILT INTERIOR. PARTITION 16X16 OPENING GRAB BAR MOUNTED RO ROOF 2- REAR FACING FOLDING JUMP SEATS BENCHES DOWN EACH SIDE OF VAN W/ PADDED LIFT UP SEATS FOR STORAGE SEATBELTS MOUNTED TO THE BENCHES INTERIOR TO BE SKINNED AND INSULATED TREAD PLATE FLOOR 6- RED/WHITE LIGHTS MOUNTED TO CEILING DOWN CENTER OF CARGO AREA, WIRED TO SINGLE SWITCH ON DASH BENCHES AND FRONT PARTITIONS .125 MILL FINISH ALUMINUM GRAB BAR 1.5" ALUMINUM PIPE. Includes Insulation and install by American Aluminum in Perry FL. $300.00 ROLLING STAR CONVERSIONS RS SWAT CONV Rolling Star SWAT Conversion for Transit Hi-Roof EL, unit specifications upfit to extra long high top ford transit insulated finish interior white glecoat frp. insulated bulk head wall for rear storage and generator compartment. Shelves beside generator and across the top of generator. Storage for 8 colt rifles curb side rear. insulated finish interior ceiling white glecoat frp. vinyl strip curtan for access to the rear countertop drivers side with file drawer under cushion bench with back lumbar custion support and storage under -2- 24''x 3' magnetic white boards over work station approx 114'' overhead cabinets open up doors and led strip under cabinet lighting -2- 4'' w desk top across rear bulk head wall with wall mount flat screen monitor desk will allow for end seats at the benches passengers side aprox 6' bench with storage under, 6u 20'' depth eia rack 110v system 5k onan commercial mobile generator mounted rear compartment with auto transfer switch, 12volt battery with converter charger, remote start and work station or drivers area. Uses vehicle fuel tank. 50 amp panel 25' detachable shore line -2- exterior gfi protected outlets -4- 110v duplex outlets at work station -1- quad outlet at eia rack -1- 13,500 btu low pro airconditioner -1- 1500 wat wall controlled forced air heaters. -1- 32'' flat screen monitor over rear desk hdmi vga cable to work station -12 volt -4- 17x6 led ceiling lights -2- exterior led scene light high intensity -1- maxx air roof vent remote control -2- rear storage led lights on door switch. And led rear area light -4- roof mount antenna bases run to work station -1- cell phone antenna -2- cat 6 lines to eia rack from work station and hdmi vga -1- digital clock. Price Includes Delivery from NY to FL. (Conversion completed by Rolling Star of New York) $114,720.00 SPECIALTY BODIES 847 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIBER OPTIC SLICING ROLLING STAR CONVERSIONS RS FIBER VAN Rolling star fiber optic splicing work station installed in Transit 148"EL to include covered and insulated walls, PVC flooring with plywood underlayment, Front partition, Stainless steel countertop road side with 16x16 overhead cabinets, 1 base cabinet under front end of countertop with door & drawer, curbside fusion welder cabinet and 1 double door wall cabinet sized to fit, 18x18 fiber door installed roadside rear door, 12v deep cycle with isolator for charging house battery wired to engine 12v fuse panel, 30amp converter/charger, roof mounted solar battery maintainer, 2 hi-output ceiling lights, 4 under cabinet lights, 12v maxx fan roof vent remote controlled, rear and side led area lights (one rear and one per side), 50 amp service panel with shoreline, 5.5k onan generator plumbed to vehicle fuel tank monuted roadside with insulated compartment under interior, 3 outlets over countertop with USB ports and 2 outlets curbside interior, 13,500 btu ac unit mounted with heatstrip, and curbside exterior outlets. All cabinets to be painted white, includes freight and install. $46,185.00 RS FIBER BOX FIBER SPLICING TRUCK BODYTRUCK BODY Standard - 140'' long x 92'' wideInterior height to be approx. 80'' over all height lowered 8''One-piece seamless FRP insulated composite wall constructioncustom low profile frame with aluminum plank floor. This option is needed to lower the overall height. Advantech or equivalent composite subfloor 12'' bottom skirt Full Width Rear Step Bumpe rInterior Walls, Ceiling, and Floor Finish 1” foam side-wall insulation 6” ceiling insulation - 80 - 84'' interior height Bright white gel coat interior and exterior wall finish rhino line over aluminum Entry Doors / Access Doors 1Single rear door, right hand hinge, flush latch - increase from standard 24'' W to a 32'' W doorNO WINDOW IN REAR DOOR 24 in. W side door, right hand hinge, flush latch, window in top half -2- 18”x18” lift up fiber cable access doors with 2”x 6” cable slot door with interior latch, opening outward 12V / 110V Electrica -1- 15.5 kW Onan Commercial/Industrial Gasoline Generator in integral compartment; installation includes insulated FRP construction, locking access door and automatic transfer switch and 12V deep cycle battery (assume fuel supply from truck fuel system )150 amp panel box, include main & circuit breakers 150- amp shore power outlet w/25' power cord -6- 110 volt 15 amp duplex outlets -2- 110 V GFI outlets w/weathertite box; one on rear exterior wall and one on curbside exterior rear -2- 24'' square led ceiling lights (flush mount) - THREE-WAY SWITCHED Progressive Dynamics 9200 Series ''Charge Wizard'' -1- 12 V 60-amp converter/charger system with 6-watt solar battery maintainer and deep cycle battery -2- 12 volt roof mounted strobe lights -2- 12 volt interior dome lights - THREE-WAY SWITCHED -2- Tecniq 12V LED Flood light, 9''x7'' surface mount on rear exterior w/interior wall switch; one on curbside centered and one on the rear upper left (streetside) corner -2- Tecniq 12V LED Porch lights - one at each entry door with individual switch at each door -1- ECCO 3410 Arrow light bar -4- 48'' Under-shelf task lights to be mounted below 12'' overhead shelves (additional costs listed in Cabinetry / Interior Storage section below) Heating and Air Conditioning and Ventilation -1- 12kbtu split ductless a/c unit mounted on front wall with guard -1- 12 volt powered roof vent with cover - thermostatically controlled with rain sensor) Cabinetry / Interior Storage -1- 24''D countertop, full length of streetside wall, laminate finish - BLACK LAMINATE -1- 24''D countertop, running from rear wall to just before entry door on curbside wall, laminate finish - BLACK LAMINATE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - STREETSIDE -1- 12'' overhead shelf w/supports and under-shelf task lighting - two (2) 48'' LED strip lights - CURBSIDE -1- 24''D removable work surface with fold down leg & storage bracket - BLACK LAMINATE -1- American Van LUC-18 Lockable Cabinet 18''D x 22''H -3- American Van MED-10 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 4-Drawer unit -2- American Van MED30 Large Parts/Tools Drawer Units -4- 3/4'' Deep Drawers 2-Drawer unit 2American Van SED-20 Small Parts Drawer Units -2- 1/8'' Deep Drawers 4-Drawer unit -2- SETS of American Van flip open locking doors on overhead storage shelves - both sides (three on streetside and two on curbside)Misc. Equipment -1- Fire Extinguisher - 5 lbs. -1- First Aid Kit -1- Carbon monoxide detector / smoke detector -1- Radio coax jack, ''wiremold'' installation, includes 50 ohm (RG58AU or equivalent) coax cable connected to (1) roof mounted screw-on anteanna base. -1- Installation for truck leaf spring, generator side includes folding rear bumper aluminum bumper step. (Furnished and Installed by Rolling Star NY) Price includes transportation from NY to FL. $66,250.00 TRASH COLLECTION NEW WAY SS DIAMONDBACK New Way Diamondback 8 yard rear loader refuse body 8 Cubic Yard Body Capacity Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back Up Alarm Light Bar ICC Lights and Reflectors Sight Gauge on Oil Tank Oil Pressure Gauge Quick Disconnect Pressure Port at Front Valve Chrome Cylinders Side Access Door Rear Vision Camera Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear LED Body Lights Hot Shift PTO with Overspeed and Pump Halogen Work Lights Inside Upper Tailgate, Shining in Hopper Strobe Light Safety Shutdown Curbside Acrylic Urethane Enamel Single Color Paint 10 lb. Fire Extinguisher Triangle Kit Plastic Fenders 1 Year Body & Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 50” After Frame 17,000 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift PTO listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $70,995.00 SPECIALTY BODIES 848 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SS MAMBA New Way Mamba 8 yard side loader refuse body 8 Cubic Yard Body Capacity with Body Lift Hot Shift PTO with Overspeed and Pump Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights in Hopper Strobe Light Manual Packing Controls Sight Gauge on Oil Tank Pressure Gauge Quick Connect Pressure Port at Front Valve Safety Shutdown Curbside & Streetside Acrylic Urethane Enamel Single Color Paint Chrome Cylinders Tailgate Ajar Indicator Rear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 108” CA 60” After Frame 18,000 lb. GVWR, Tires must meet Florida DOT GVWR Requirements Automatic Transmission (for use with Hot Shift PTO listed above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $82,900.00 SS VIPER 11YD New Way Viper 11 yard rear loader refuse body 11 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights halogen Work Lights Inside Upper Tailgate Strobe Light Light Bar Sight Gauge on Oil Tank Oil Pressure Gauge Quick Connect Pressure Port at Front Valve Chrome Cylinders Side Access Door Driver Alert Buzzer Tailgate Ajar Indicator Riding Steps on Rear Shovel/Broom Rack, Mounted Street Side Tailgate Safety Shutdown Curbside Acrylic Urethane Enamel Single Color PaintRear Vision Camera System 10 lb. Fire Extinguisher Triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty Minimum Chassis Requirements: 102” CA 50” After Frame 27,500 lb. GVWR, Tires must meet Florida DOT GVWR requirements Automatic Transmission (For use with Hot Shift listed Above) (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $83,580.00 SS COBRA 20YD New Way Cobra 20 yard rear loader refuse body 20 Cubic Yard Body Capacity Hot Shift with Overspeed with Pump Pack On The Go Semi-Automatic Cycling Auto Back Pack Auto Lock Tailgate Back up Alarm LED Body Lights Halogen Work Lights Inside Upper Tailgate Strobe Light ICC Lights and Reflectors Light Bar Hydraulic Tank Temperature Gauge Right Side Hydraulic Tank Access Port Sight Gauge on Oil Tank Oil Pressure Gauge Chrome Cylinders Side Access Door Driver Alert Buzzer Safety Shutdown Curbside Tailgate Ajar Indicator Bolt On Steps On Rear Shovel/Broom Rack Mounted Street Side Tailgate Acrylic Urethane Enamel Single Color Paint Rear Vision Camera System 10 lb. Fire Extinguisher triangle Kit 1 Year Body and Hydraulic Warranty 2 Year Cylinder Warranty (Includes Final Stage Manufacturer certification, 2nd Stage MSO, and Weight Slip) $94,505.00 SWAPLOADER ABG SL-75 HOOKLIFT Swaploader SL-75 7,500 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with potential body lengths of 9’ – 13’ with the optimum body length being 10’ – 12’. Lifting and dumping capacity (7,500 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 56 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 1,250 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 39” or 41-5/8”. The hook to rear roller dimension to be 114 3/8” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 84” - 96” with 96” being the optimum dimension for weight distribution and stability. includes tarping system. Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $49,275.00 ABG SL-105 HOOKLIFT Swaploader SL 105 10,500 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with lengths of 10’ – 13’ with the optimum body length being 10’ – 12’. Lifting and dumping capacity (10,500 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 58 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 1,680 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 40-1/2” or 41-5/8”. The hook to rear roller dimension to be 116” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 84” - 96” with 96” being the optimum dimension for weight distribution and stability. Includes tarping system. Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $53,330.00 ABG SL-160 HOOKLIFT Swaploader SL-160 16,000 pounds lifting and dumping capacity with the gross weight evenly distributed on the body. Hook lift shall be able to handle sub frame mounted bodies with potential lengths of 10’ – 15’ with the optimum body length being 12’ – 14’. Bodies shorter than 12’ will require the use of a shelf assembly. Position of the shelf assembly will impact how short of a body can be transported. Lifting and dumping capacity (16,000 pounds) of the hook lift hoist must be achieved for all optimum body lengths and specified hook heights. Hook lift hoist shall have a 56 degree dump angle. Weight of hook lift hoist (fixed jib 35-5/8” hook height) not to exceed 2,325 pounds. Weight of hook lift hoist (adjustable jib 35-5/8” or 53-7/8 hook height) not to exceed 2,467 pounds. Sub frame mounted bodies shall be supported with a pair of 6-1/4” diameter outside flanged rollers at the rear of the hoist and be adjustable to accommodate bodies with outside sub frame rail widths of 40-1/2” or 41-5/8”. The hook to rear roller dimension to be 139.63” in length when jib is fully extended. Hook lift shall be capable of being mounted to a truck chassis with an “effective” cab-to-axle of 108” - 120” with 120” being the optimum dimension for weight distribution and stability. Includes tarping system Includes PTO, pump, tank and plumbing (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $58,305.00 SPECIALTY BODIES 849 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION CONTRACTOR FLAT BED ROYAL TRUCK RTB CONT10 Royal Truck Body 10' Contractor Body w/ Wood Package for Regular Cab - 60CA DRW (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,635.00 RTB CONT10-EL Royal Truck Body 10' Contractor Body w/ Wood Package for Crew Cab - 60CA DRW (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,635.00 RTB CONT12 Royal Truck Body 12' Contractor Body w/ Wood Package for Regular Cab - 84CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,020.00 RTB CONT12-EL Royal Truck Body 12' Contractor Body w/ Wood Package for Crew Cab - 84CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,020.00 RTB CONT14 Royal Truck Body 14' Contractor Body w/ Wood Package for Regular Cab - 108CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,065.00 RTB CONT14-EL Royal Truck Body 14' Contractor Body w/ Wood Package for Crew Cab - 108CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$17,065.00 SPECIALTY BODIES 850 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PREMIER TRUCK DOVETAIL 12+4 DOVETAIL PTC 12+4 DOVE 12' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,260.00 14+4 DOVETAIL PTC 14+4 DOVE 14' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $15,555.00 16+4 DOVETAIL PTC 16+4 DOVE 16' + 4' Steel Landscape dovetail body mesh headboard with 24'' x 24'' x 96'' lockable box 16'' mesh sides, drivers side fixed, pass. side folds down, spring assist ramps. Includes weed eater rack, under coated, primed and painted black (Includes 2nd stage MSO, weight slip, & final-stage manufacturers completed vehicle certification.) $16,530.00 Landscape accessories PTC BLOW Blower rack holds one blower $185.00 PTC CHILL Water cooler holder for single 5gal cask $155.00 PTC DIG Shovel rack holds 5 shovels $280.00 PTC WEED Weedeater rack holds 3 trimmers $340.00 PTC GOT-GAS Gas can rack holds single 5gal $155.00 ROYAL TRUCK ALUMINUM BODY RTB DUMP9-AL-LSB Duramag Aluminum 96" x 114" Smooth Side Landscape Body, 42" Sides 9' Champion Scissor Hoist - Electric Push Control Dual Action Pum, manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 60" CA. $21,050.00 RTB DUMP11-AL-LSB Duramag Aluminum 96" x 144" Smooth Side Landscape Body, 42" Sides - DCS615T11 11' Champion Scissor Hoist - Electric Push Control Dual Action Pump with manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 84" CA. $23,230.00 RTB DUMP14-AL-LSB Duramag Aluminum 96" x 168" Smooth Side Landscape Body, 42" Sides 15' Champion Scissor Hoist - Electric Push Control Dual Action Pump with manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 110" CA. $26,045.00 RTB DUMP14-AL-LSB-FL Duramag 14' Aluminum FL spec 96" x 168" Smooth Side Landscape Body, 40.5" Sides, Corrogated Sides, 24" Doghouse / Intergrated Thru Box w/ Hoist manual tarp with ground control, rear mounted hich, and 7/4 wire connector (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) Requires 110" CA. $18,105.00 LANDSCAPE BODIES 851 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PERIMITER LIGHTING FEDERAL SIGNAL FS MP3-2-AA (2) Federal Signal Micro Pulse Ultra LED’s surface mounted with black bezzels (AMBER).$455.00 FS MP3-2-AW (2) Federal Signal Micro Pulse Ultra LED’s surface mounted with black bezzels (AMBER/WHITE).$455.00 FS MP3-2LB-AA (2) Federal Signal Micro Pulse Ultra LED’s with 90-deg L-bracket (AMBER).$485.00 FS MP3-2LB-AW (2) Federal Signal Micro Pulse Ultra LED’s with 90-deg L-bracket (AMBER/WHITE).$485.00 FS MP3-4-AA (4) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$945.00 FS MP3-4-AW (4) Federal Signal Micro Pulse Ultra LED’s with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$945.00 FS MP3-6-AA (6) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,400.00 FS MP3-6-AW (6) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,400.00 FS MP3-8-AA (8) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,890.00 FS MP3-8-AW (8) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,890.00 FS MP3-12-AA (12) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,870.00 FS MP3-12-AW (12) Federal Signal Micro Pulse Ultra LED’s with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,870.00 WHELEN W TLI-2-AA (2) Whelen ION T-Series DUAL color ultra thin light heads surface mounted (AMBER).$385.00 W TLI-2-AW (2) Whelen ION T-Series DUAL color ultra thin light heads surface mounted (AMBER/WHITE).$385.00 W TLI-4-AA (4) Whelen ION T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$770.00 W TLI-4-AW (4) Whelen ION T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$770.00 W TLI-6-AA (6) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,155.00 W TLI-6-AW (6) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,155.00 W TLI-8-AA (8) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,540.00 W TLI-8-AW (8) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,540.00 W TLI-12-AA (12) Whelen ION T-Series DUO color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,310.00 W TLI-12-AW (12) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,310.00 W TLI2-2-AA (2) Whelen ION T-Series DUAL color ultra thin light heads surface mounted (AMBER).$450.00 W TLI2-2-AW (2) Whelen ION T-Series DUAL color ultra thin light heads surface mounted (AMBER/WHITE).$450.00 W TLI2-4-AA (4) Whelen ION T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER).$900.00 PUBLIC WORKS LIGHTING 852 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4-AW (4) Whelen ION T-Series DUAL color ultra thin light heads with (2) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$900.00 W TLI2-6-AA (6) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER).$1,355.00 W TLI2-6-AW (6) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (2) mounted to rear of vehicle (AMBER/WHITE).$1,355.00 W TLI2-8-AA (8) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER).$1,805.00 W TLI2-8-AW (8) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille and (4) mounted to rear of vehicle (AMBER/WHITE).$1,805.00 W TLI2-12-AA (12) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER).$2,825.00 W TLI2-12-AW (12) Whelen ION T-Series DUAL color ultra thin light heads with (4) mounted in grille, (1) over each wheel position, and (4) mounted to rear of vehicle (AMBER/WHITE).$2,825.00 W TRACER60-DUO-UNIV- AW (2) Whelen 60'' DUAL color Tracers (6 lamp housing) with universal mounting brackets (AMBER/WHITE).$2,090.00 STAR SIGNAL ST DLITE-2-AA (2) STAR Micro LED's ultra-low profile surface mounted (AMBER).$440.00 ST DLITE-2-AW (2) STAR Micro LED's ultra-low profile surface mounted (AMBER/WHITE).$380.00 ST DLITE-4-AA (4) STAR Micro LED's ultra-low profile surface mounted with (2) mounted in grille and (2) mounted to rear of vehicle/ body (AMBER).$880.00 ST DLITE-4-AW (4) STAR Micro LED's ultra-low profile surface mounted with (2) mounted in grille and (2) mounted to rear of vehicle/ body (AMBER/WHITE).$810.00 ST DLITE-6-AA (6) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (2) mountd to rear of vehicle/body (AMBER).$1,320.00 ST DLITE-6-AW (6) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (2) mountd to rear of vehicle/body (AMBER/WHITE).$1,215.00 ST DLITE-8-AA (8) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (4) mounted to back of vehicle/body (AMBER)$1,765.00 ST DLITE-8-AW (8) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille and (4) mounted to back of vehicle/body (AMBER/WHITE).$1,620.00 ST DLITE-12-AA (12) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body (AMBER).$2,645.00 ST DLITE-12-AW (12) STAR Micro LED's ultra-low profile surface mounted with (4) mounted to grille, (1) mounted over each wheel position, and (4) mouted to rear of vehicle/body (AMBER/WHITE).$2,430.00 CODE3 C3 OUTLINER-60-AW CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD (AMBER/WHITE).$1,755.00 LIGHT BARS FEDERAL SIGNAL FS REL48-AW-USWTCH Federal Signal 48" Reliant Amber light bar with full front flood capability includes signal master, low power mode, strap kit, and Serial Interface Module for use with factory upfitter switches.$2,455.00 FS ALEG45-DUO-AW Federal Signal 45'' Allegiant dual Amber/White light bar including take downs, alley lights, signal master, strap kit, and compact digital soft button 6 switch controller.$2,740.00 PUBLIC WORKS LIGHTING 853 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALGNT53-DUAL-WL- AW Federal Signal 53'' Allegiant dual Amber/White light bar including take downs, alley lights, work light feature, signal master, strap kit, and compact digital soft button 6 switch controller. (Work light feature requires mounting on cab shield)$2,490.00 FS LPX45-A Federal Signal 45'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.$2,160.00 FS LPX53-A Federal Signal 53'' LPX Discrete Amber Light Bar with Strap kit and fully populated with 4-LED's per position. Installs with simple on/off illuminated switch on dashboard.$2,375.00 FS ALGT21D-AMBRF FEDERAL SIGNAL 21" ALLEGIANT DESCRETE LIGHT BAR WITH 10-LED HEADS & CLEAR DOME (AMBER).$1,040.00 WHELEN W L10HAP WHELEN L10 - 6'' x 6.4'' Amber beacon $365.00 W MJYAAAAP Whelen Mini Justice light bar, Amber, with mounting feet. 16 INCH $795.00 W LEGACY48-AA Whelen 48'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.$2,675.00 W LEGACY48-AW Whelen 48'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.$2,450.00 W LIBERTY48-AA Whelen 48'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.$2,750.00 W LEGACY54-AW Whelen 54'' Legacy DUO light bar, Amber/White, with adjustable feet & Strap kit.$2,675.00 W LIBERTY54-AA Whelen 54'' Liberty II solo light bar, Amber, with adjustable feet & strap kit.$2,750.00 W JUSTICE44-AA Whelen 44'' Justice light bar, Amber, with adjustable feet & strap kit.$2,175.00 W JUSTICE50-AA Whelen 50'' Justice light bar, Amber, with adjustable feet & strap kit.$2,415.00 W JUSTICE56-AA Whelen 56'' Justice light bar, Amber, with strap kit.$2,505.00 STAR SIGNAL ST 7100LED-AC STAR Mini-Light Bar 12.3'' L X 11.5'' W Dual Stack (Amber/White).$1,290.00 ST PHAZER44-AA STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$1,935.00 ST PHAZER44-AA STAR SIGNAL 44'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$1,935.00 ST PHAZER51-AA STAR SIGNAL 51'' LED Dual Color Phazer Light Bar with mounting brackets, takedowns, alleys, rear traffic advisor. Fully Populated. (Requires Controller.) (AMBER/WHITE)$2,280.00 LIGHTING PACKAGES FEDERAL SIGNAL FS RSL TRK-AW Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Amber/White) in Grille, 2 Micropulse LED's (Amber/White) mounted to rear tail gate with white bezel, 1 eight head Amber Signal Master stick installed inside back glass, 1 Compact Digital Soft Button 6 switch controller. $2,140.00 FS RSL SUV-AW Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Amber/White) in Grille, 2 Micropulse LED's (Amber/White) mounted vertically next to each side of license plate with white bezel, 1 eight head Amber Signal Master stick installed inside rear hatch, 1 Compact Digital Soft Button 6 switch controller. $2,100.00 FS RSL CC-AW Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Amber/White) in Grille, 2 Micropulse LED's (Amber/White) mounted to rear rear of body with white bezel, 1 eight head Amber Signal Master stick installed to rear of body, 1 Compact Digital Soft Button 6 switch controller. $2,315.00 FS RSL VAN-AW Federal Signal Road Side Lighting Package includes 2 Micropulse LED's (Amber/White) in Grille, 2 Micropulse LED's (Amber/White) mounted vertically one at each side above rear tail lights with white bezel, 1 eight head Amber Signal Master stick installed above rear load doors, 1 Compact Digital Soft Button 6 switch controller. $2,545.00 PUBLIC WORKS LIGHTING 854 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FS ALB 4C 45 Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra amber/white installed in grille, 2 MicroPulse Ultra amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 45'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. $3,160.00 FS ALB 4C 53 Federal Signal Amber Light Bar Package with 2 MicroPulse Ultra amber/white installed in grille, 2 MicroPulse Ultra amber/white light heads installed to rear of vehicle/body with white bezels, relay module with Compact Digital Soft Button 6 switch controller, 53'' Dual Color Amber/White Allegiant Light bar with vehicle specific strap kit. $3,510.00 FS RSL TAHOE Federal Signal Premium Road Side Lighting Package for Tahoe Includes: Tahoe front ILS, Windshield Visor Amber/white dual color flash with 6 button controller, Tahoe rear hatch ILS amber/white dual color flash with amber directional and splitter, (4) MicroPulse C Series (amber/white) -installed in grille-, (4) Microulse C series chrome bezels, (2) MicroPulse amber/white dual color hood mount, (2) MicroPulse Wide 9 Amber/white 180 degree light -mnt under mirror-, (2) MicroPulse Wide 9 Under Mirror brackets, (2) MicroPulse Wide 9 white bezel, (2) MicroPulse Ultra 1220 amber/white dual color -mtd vertically next to license plate-, (2) MicroPulse Ultra 1220 white bezel, (4) MicroPulse Ultra 620 amber/white dual color. $6,475.00 WHELEN W RSL VAN-AW Whelen Road Side Lighting Package includes 2 (amber/white) TLI series LED's mounted in Grille, 2 (amber/white) TLI series LED's mounted vertically on each side of vehicle above rear tail lights with black bezel, 1 Six head Amber Dominator stick installed over rear doors, 1 Compact TAD/TADP Series Control Head. $2,130.00 W RSL SUV-AW Whelen Road Side Lighting Package includes 2 (amber/white) TLI series LED's mounted in Grille, 2 (amber/white) TLI series LED's mounted vertically on each side of license plate with black bezel, 1 Six head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head. $2,130.00 W RSL TRK-AW Whelen Road Side Lighting Package includes 2 (amber/white) TLI series LED's mounted in Grille, 2 (amber/white) TLI series LED's mounted to rear tail gate with black bezel, 1 eight head Amber Dominator stick installed inside back glass, 1 Compact TAD/TADP Series Control Head. $2,330.00 W RSL CC-AW Whelen Road Side Lighting Package includes 2 (amber/white) TLI series LED's mounted in Grille, 2 (amber/white) TLI series LED's mounted to rear of body with black bezel, 1 eight head Amber Dominator stick installed to rear of body, 1 Compact TAD/TADP Series Control Head. $2,330.00 STAR SIGNAL ST RSL TRK-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mounted to tailgate with white bezel, 1 Eight head Amber Traffic Advisor stick installed inside back glass, 1 Six position rocker switch control box. $2,015.00 ST RSL CC-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mounted to rear of body with white bezel, 1 Eight head Amber Traffic Advisor stick mounted to back of body, 1 Six position rocker switch control box. $2,015.00 ST RSL VAN-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's vertically on each side of vehicle above rear tail lights with white bezel, 1 Eight head Amber Traffic Advisor stick installed above rear load doors, 1 Six position rocker switch control box. $2,015.00 ST RSL SUV-AW STAR Road Side Lighting Package includes 2 Amber/White Microstar LED D-Lite series LED's in Grille, 2 Amber/White Microstar LED D-Lite series LED's mtd vertically next to each side of license plate with white bezel, 1 Six head Amber PHANTOM rear window stick with reflective shroud installed inside rear hatch, 1 Six position rocker switch control box. $1,845.00 CORNER LED LIGHTS FEDERAL SIGNAL FS CRNR-FLUSH (2) Federal Signal Dual Color 6-LED push in style corner LED mounts flush $390.00 FS CRNR-LED (2) Federal Signal Dual Color (AMBER/WHITE) 12-LED corner lights to be mounted in headlamps or tail lamps where possible.$415.00 FS CNR-LED-W (2) Federal Signal Corner LED lights to be mouunted in headlamp or tail lamp if possible (WHITE).$430.00 WHELEN W VERTEX-W (2) WHELEN corner LED's to be installed in headlamps or tail lamps where possible (WHITE).$440.00 W VERTEX-FLANGE (2) Whelen Vertex surface mount flanges.$10.00 PUBLIC WORKS LIGHTING 855 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION STAR ST DLS306-2 (2) STAR Mini-Comet self-contained 6-LED round light with black mounting bezel.$360.00 ST CNR-LED (2) STAR self contained LED flashing light (2) LED's will be mounted in headlamps or tail lamps where possible.$465.00 VAN INTERIOR LIGHTING SLIMLITE-3 (3) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.$485.00 SLIMLITE-5 (5) SLIMLITE 60581 INSTALLED TO TOP CROSS MEMBERS OF VAN CEILING.$900.00 EXTERIOR FLOOD LIGHTING FEDERAL SIGNAL FS COM750-RND-2 (2) Federal Signal LED 1100 lumen 3" Round Work Lights, mounted at rear of utility body.$320.00 FS COM1200-SQ-2 (2) Federal Signal LED 2700 lumen 4.3" Square Work Lights, mounted at rear of utility body.$490.00 GO-LIGHT GO-LIGHTSC Model 20204 LED GoLight with hard wired dash mount remote $910.00 GO-LIGHTDC Model 20074GT LED GoLight with wireless hand held and dash mount controls $1,035.00 TRAFFIC DIRECTORS FEDERAL SIGNAL FS SL6S-A Federal Signal 6 Head Latitude Directonal Stick with economy controller (Amber)$860.00 FS SL8S-A Federal Signal 8 Head Latitude Directonal Stick with economy controller (Amber)$920.00 WHELEN W DOM6-A Whelen Dominator 6-LED traffic advisor with mount brackets (AMBER).$960.00 W DOM8-A Whelen Dominator 8-LED traffic advisor with mount brackets (AMBER).$1,075.00 STAR ST DLQS4-MC STAR Dual Color Four LED Module 6-Light heads per module 30.8''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $730.00 ST DLQS-6 STAR single color Six LED Module 6-Light heads per module 30.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $815.00 ST DLQS-8 STAR single color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $955.00 ST DLQS-8-MC STAR Dual Color Eight LED Module 6-Light heads per module 40.6''L X 1.468''W X 1.1875''H Traffic Advisor -requires controller $1,000.00 ST TD93DLXTARO STAR 48'' Aarrow End Traffic Advisor (Includes controller)$1,530.00 BEACONS STAR ST 256TSL-AA STAR Beacon LED with Amber lens and Amber LED lights.$295.00 ST 256TSL-CA STAR Beacon LED with CLEAR lens and Amber LED lights.$295.00 PUBLIC WORKS LIGHTING 856 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ST 256TSL-2-AA (2) STAR Beacon LED with Amber lens and Amber LED lights.$500.00 ST 256TSL-2-CA (2) STAR Beacon LED with CLEAR lens and Amber LED lights.$500.00 WHELEN W L31HAF WHELEN L31 - 4'' x 7.2'' Amber beacon, installed.$790.00 MOUNTING BRACKETS AJ FS-ACARI-F ACARI TT MOUNTING BRACKET (FORD F-150 2015+, F-250 - F-550 2017+, RANGER 2019+)$720.00 AJ FS-ACARI-GM ACARI TALON MOUNTING BRACKET (GM & CHEVY 1500-4500 WITH SPOILER 2019-2020).$560.00 NARWAHL Custom fabricated aluminum bracket fastened to front slope of mid/high roof vans to correct the slope for Go-Light install $185.00 ST GO-LIGHT-BRACKET STAR Go-Light Mounting Bracket for Phazer Light Bar $125.00 CHMSL ECCO Ecco CHMSL 3rd Brake Light Mounting Bracket, Ford F-150, with ECCO LED Minibar: Reflex, 15", 12-24VDC, 18 flash patterns, amber. Installed with Single Illuminated switch on dash.$790.00 PUBLIC WORKS LIGHTING 857 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LABOR ITEMS CAMERA INSTALL LABOR LABOR RATE PER HOUR FOR FLEET INSTALLS.$130.00 PATROL POLICE PATROL VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$310.00 UNMARKED UNMARKED VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$310.00 FIRE COMMAND FIRE COMMAND VEHICLE WIRING FEE includes 100A power distribution panel with 6 fused circuits.$570.00 RADIO INSTALL CUSTOMER PROVIDED SINGLE PIECE RADIO $130.00 RADIO-2 INSTALL CUSTOMER PROVIDED 2 PIECE RADIO $260.00 GPS INSTALL CUSTOMER PROVIDED ROOF MOUNTED GPS ANTENNA $130.00 DASH CAM INSTALL CUSTOMER PROVIDED CAMERA SYSTEM WITH DVR $455.00 ANTENNA INSTALL CUSTOMER PROVIDED ROOF MOUNTED RADIO ANTENNA $130.00 AJ POWER 100A power distribution panel with ground 12V power/ignition/ground.$125.00 PITA Additional labor and supplies required for install in atypical vehicle type.$390.00 CONSOLE ACCESSORIES TROY PRODUCTS TP SCREEN-ARM TROY PRODUCTS LAPTOP SCREEN SUPPORT ARM $90.00 TP PRINTER-ARM-REST Furnish and Install Height-adjustable printer arm rest w/5x8 pad, bolts to rear of console rear.$505.00 TP PRINTER-PKT TROY PRODUCTS printer insert for PocketJet printers with 2-3/8" paper roll. For select wide-body consoles with open storage.$500.00 TP MAG-MIC TROY PRODUCTS magnetic microphone mount. $80.00 TP MIC TROY PRODUCTS microphone clip and clip plate. $40.00 TP ARGES-FP TROY PRODUCTS 4" faceplate for the Arges spotlight with two (2) DC outlets and one (1) dual USB port. $60.00 TP DUAL-ARGES-FP TROY PRODUCTS 5" faceplate for Dual Arges spotlight.$30.00 TP FP-CORE TROY PRODUCTS 3" Whelen Cencom Core faceplate.$25.00 TP FP-CORE-S TROY PRODUCTS 4" Whelen Core-S face plate.$25.00 TP FP-MOTO TROY PRODUCTS 3" face plate for Motorolla XTL2500/5000/APX6500 one piece radio $25.00 TP FP-MOTO-REMOTE TROY PRODUCTS 3" face plate for Motorolla XTL2500/5000/APX6500 with remote head $25.00 TP FP-HARRIS TROY PRODUCTS 4" face plate for Harris XG-25M one-piece radio.$25.00 TP FP-HARRIS-REMOTE TROY PRODUCTS 3" face plate for Harris XG-25M remote head radio.$25.00 TP FP-TAIT TROY PRODUCTS 4" face plate for Tait M8200 one-piece radio.$25.00 TP FP-TAIT-REMOTE TROY PRODUCTS 4" face plate for Tait M8200 remote head radio.$25.00 EMERGENCY EQUIPMENT AND LIGHTING 858 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION GUN MOUNTS AND LOCKS TROY PRODUCTS TP GM-SWM-UNIV TROY PRODUCTS theft-deterrent single-weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (1) Universal handcuff style weapon locks with standard #2 Key & push-button override.$655.00 TP GM-DWM-870/AR TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets. Includes (1) shotgun clamshell style gun lock with #2 Key & (1) AR clamshell style weapon lock with #2 key.$850.00 TP GM-DWM-UNIV TROY PRODUCTS theft-deterrent dual weapon gun mount. Includes butt plates and lock brackets with Large handcuff style gun lock. Includes (2) Universal handcuff style weapon locks with standard #2 Key & push-button override. $955.00 TP GM-SC-DWM-FREE TROY PRODUCTS free-standing dual-weapon gun mount equipped with Troy single-cell partitions.$865.00 TP GM-SC-DWM TROY PRODUCTS dual-weapon gun mount equipped with Troy single-cell partitions.$900.00 TP GM-SC-SWM TROY PRODUCTS single-weapon gun mount equipped with Troy single-cell partitions.$720.00 SETINA SET 1GUN-MNT Setina SINGLE weapon partition mounted gun rack with universal lock.$695.00 SET 2GUN-MNT Setina DUAL weapon partition mounted gun rack with universal locks.$935.00 SET GM-1080E-40MM SETINA DOUBLE RAIL GUN MOUNT WITH BLAC-RAC RUN LOCK MOUNTED ON PASSENGER SIDE RAIL & 40MM UNIVERSAL HANDCUFF MOUNTED ON DRIVER SIDE RAIL.$1,355.00 SET BLACRAC SMC SINGLE T-RAIL MOUNT WITH ELECTRIC BLAC-RAC LOCING HEAD, INCLUDES COLD WIRE MODULE.$1,200.00 PROGARD PG 1GUN-MNT Pro-Gard vertical partition mount SINGLE weapon tri-Lock gun rack with handcuff key $805.00 PG 2GUN-MNT Pro-Gard vertical partition mount DUAL weapon tri-Lock gun rack with handcuff key $960.00 COMPUTER STANDS AND CRADLES TROY PRODUCTS TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 TP CM-LT-1600 TROY PRODUCTS Deluxe laptop tray for computer up to 15''W x 11.5H (3 lbs lighter than CM-LT-1500) for use w/computer mount assemblies ending in -LED.$325.00 SETINA PKG-PSM-UNIV Havis Universal compunter mount stand, cradle sold separately.$1,525.00 SET UT-1001 Havis universal laptop tray.$335.00 RAM MOUNTS RAM-VB-196-SW1 RAM universal laptop mounting kit with universal cradle.$590.00 SPOT LAMPS UNITY L-SPOT Unity left-hand pillar mounted 6'' spotlight with clear halogen bulb.$465.00 EMERGENCY EQUIPMENT AND LIGHTING 859 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION L-SPOT-LED UNITY Left hand spotlamp including Unity LED bulb & install kit.$705.00 LR-SPOT Unity left & right-hand pillar mounted 6'' spotlight with clear halogen bulb $930.00 LED BULB Whelen LED replacement bulb for left hand spot lamps.$300.00 LED BULB 2 Whelen LED replacement bulbs for left and right hand spot lamps.$605.00 WHELEN ARGES W ARGES1 Whelen Arges dedicated spot lamp with control head and vehicle specific Arges mount.$1,395.00 W ARGES2 Whelen Arges ProFocus spot/floor combination lamp with control head and vehicle specific Arges mount.$1,495.00 WHELEN HOWLER / SPEAKERS W HOWLER WEC-X Whelen low frequency supplemental siren, with vehicle specific mounting bracket.$985.00 W SA315P Whelen 100 watt speaker with bracket.$330.00 W ULF44 WHELEN LOW CURRENT FLASHER FOR HALO/LED LIGHTS $220.00 CONTROLERS/AMPLIFIERS W 295-CONT Whelen 295SLSA6 controller with Whelen 100/200W Scan-Lock Self-Contained Siren/Switch.$760.00 W 6-SWITCH Whelen 6-switch contoller.$100.00 W HHS3200-LC Whelen HHS3200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for low current applications.$725.00 W HHS4200-WECAN Whelen HHS4200 hand held conrtoller Whelen 100/200W Scan-Lock Self-Contained Siren/Switch for wecan applications.$725.00 W DOM-CONT Whelen Traffic advisor controller.$125.00 W CEN-CORE-S Whelen CENCOM Core S one piece siren with 21 Button control center.$1,980.00 W EXP16 WHELEN 16-OUTPUT WECAN-X EXPANSION MODULE $370.00 W EXP8 WHELEN 8-OUTPUT WECAN-X EXPANSION MODULE $320.00 PERIMITER LIGHTING W AVENGER-BKT Whelen dual Avenger headliner bracket.$30.00 W AVGR-D-HLB Whelen dual Avenger with single color per light head with headliner mount bracket.$465.00 W AVGR-D-UNIV Whelen dual Avenger with single color per light head with universal mount.$440.00 W AVGR-DUO-HLB Whelen single Avenger, dual color with headliner mount bracket.$385.00 W AVGR-DUO-UNIV Whelen single Avenger, dual color with universal mount.$360.00 W AVGR-HLB Whelen single Avenger with headliner mount bracket, single color.$380.00 W AVGR-UNIV Whelen single Avenger universal mount, single color.$355.00 W AVP Whelen administrative vehicle package includes (4) dual avengers with (2) mounted in front windshield with headliner brackets and (2) mounted in rear glass, (2) T-Ion's mounted on l-brackets in grille, and (2) T-Ion's mounted on tag bracket. Includes Alpha siren and light controller, SA315P 100 watt speaker and bracket. $3,050.00 W DAVGR-D-HLB Whelen dual Avenger, duo color per light with headliner mount bracket $615.00 W DAVGR-D-UNIV Whelen dual Avenger, duo color per light with universal mount.$585.00 EMERGENCY EQUIPMENT AND LIGHTING 860 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W DOM6 Whelen Dominator 6-LED traffic advisor with mount brackets, requires controller.$960.00 W DOM8 Whelen Dominator 8-LED traffic advisor with moun brackets, requires controller.$1,105.00 W DOME-RW Whelen low profile LED red/white dome light.$355.00 W HATCH Whelen perimiter enhancement light.$415.00 W HLF-UNIV Whelen - Headlight flashers, solid state (Does Not Work with All Vehicles)$310.00 W INNER-F-FST Whelen solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing).$1,255.00 W INNER-F-FST-DUO Whelen DUO color Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Wecan enabled install.$1,535.00 W INNER-F-XLP Whelen EXTRA low profile solo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). - Low Current for non-wecan install only. $1,130.00 W INNER-F-XLP-DUO Whelen duo color Front Interior Lightbar with eight 6-LED lamps, upper front unit that fits snugly against the front window of the vehicle, individual driver and passenger side units, with two LED flashing/take-downs (one per housing). -Wecan enabled install. $1,915.00 W INNER-REAR-LC Whelen solo interior sedan/suv rear inner edge with mounting tray.$1,400.00 W ION-2 (2) Whelen Wide Angel ION series light head universal mount with bracket.$475.00 W ION-DUO-2 (2) Whelen dual color ION series universal mount light heads.$455.00 W ION-SM-2 (2) Whelen Wide Angle ION series surface mount light heads.$475.00 W IONV-2 (2) Whelen ION-V series light head with puddle light and mounting bracket.$760.00 W M4-2 (2) Whelen M4 series SOLID color light heads with black surround.$505.00 W M4-SPLIT-2 (2) Whelen M4 series SPLIT color light heads with black surround.$505.00 W MCRN-2 (2) Whelen Micron series light heads surface mount.$410.00 W MCRN-2-LB (2) Whelen Micron series light heads surface mount with L-brackets.$445.00 W MCRN-2-TAG (2) Whelen Micron series light heads surface mounted with tag mount bracket.$445.00 W MCRN-TAG-BKT Whelen Micron license plate mounting bracket.$30.00 W STRIPLT-2 (2) Whelen Strip-Light LED light solo color surface mount light heads (NO SPLIT COLORS).$390.00 W STRIPLT-2-LB (2) Whelen Strip-Light LED light solo color light heads with (2) 90 deg mounting L-brackets (NO SPLIT COLORS).$440.00 W STRIPLT-DUO-2 (2) Whelen Strip-Light LED light duo color surface mount light heads.$450.00 W STRIPLT-DUO-2-LB (2) Whelen Strip-Light LED light duo color light head with 90 deg mounting L-brackets.$500.00 W TLI-2 (2) Whelen ION T-Series ultra thin light heads surface mounted.$390.00 W TLI2-LB-2 (2) Whelen ION T-Series DUAL color ultra thin light heads with L-bracket.$480.00 W TLI2-TAG-2 (2) Whelen ION T-Series DUAL color ultra thin light heads mounted with tag bracket.$490.00 W TLI3-2 (2) Whelen TRI color ION series light head with mounting bracket.$545.00 W TRACER12-UNIV (2) Whelen 12'' Tracers (one lamp housing) with universal mounting brackets SOLO $885.00 W TRACER60-DUO-UNIV (2) Whelen 60'' DUO color Tracers (6 lamp housing) with universal mounting brackets $2,090.00 EMERGENCY EQUIPMENT AND LIGHTING 861 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TRACER60-UNIV (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with universal mounting brackets.$1,830.00 W TLI-LB-2 (2) Whelen ION ''T'' series ultra thin light heads with L-bracket.$650.00 W TLI-TAG-2 (2) Whelen ION ''T'' series ultra thin light heads mounted with tag bracket $670.00 W VTX609C-K8A WHELEN FOUR CORNER LED KIT (WHITE) INSTALLED with WHELEN TWIST IN ADAPTER FOR FACTORY PREPPED HEAD LIGHTS/TAIL LIGHTS.$760.00 W MCRN-2-STUD (2) Whelen Micron series light heads surface mount with stud mount installed in grille.$440.00 W OUTTER-PIU Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,280.00 W OUTTER-PIU-DUO Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,760.00 W PILLAR-DUR Whelen Durango rear pillar LED lighting includes (3) light heads per side.$1,335.00 W PILLAR-DUR-DUO Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side.$1,770.00 W PILLAR-PIU Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side.$1,335.00 W PILLAR-PIU-DUO Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side.$1,770.00 W TLI2-2 (2) Whelen DUO ION series light head with mounting bracket.$440.00 LIGHTING PACKAGES W CEN-CORE-HHS Whelen CENCOM Core remote head siren with Hand Held control center.$1,305.00 W CEN-CORE-21 Whelen CENCOM Core remote head siren with 21 Button control center.$1,225.00 W CEN-CORE-ROT Whelen CENCOM Core remote head siren with Rotary Knob control center.$1,305.00 LIGHTING BRACKETS W M4-FLANGE-BL (2) Whelen M4 Flange Mounts $20.00 W MCRN-L-BRACKET (2) Whelen Micron L-Brackets $25.00 W TLI-BKT1 (2) Whelen T-ION L-bracket $35.00 W TLI-TAG-BKT Whelen T-ION Tag bracket $45.00 FEDERAL SIGNAL PERIMITER LIGHTING FS MIRROR (2) Federal Signal side mirror rubber wedges with (2) micropulse dual color LED's $595.00 FS MPS123U-2-RB (2) Federal Signal MicroPulse Ultra 12 Tri-Color, Clear Lens (RBW).$480.00 MODULES FS SIM Federal Signal -Serial Interface Modue- Required to Operate Serial Light Bars with Analog Factory Switches.$240.00 STAR SIGNAL ST DLITE-2LB (2) STAR Micro LED's ultra-low profile with 90-deg L-brackets.$420.00 ST DLITMC-RUN6 (6) STAR MICROSTAR DLITE TRI-COLOR LED LIGHTS MOUNTED TO CUSTOM RUNNING BOARD BRACKETS, 3-PER SIDE $1,445.00 ST DLX6-2 (2) STAR Emergency Lighting 6-LED light heads, surface mount.$350.00 EMERGENCY EQUIPMENT AND LIGHTING 862 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ST DLX6-2-LB (2) STAR Emergency Lighting 6-LED light heads with (2) L-brackets.$385.00 ST SB-4020 STAR 6 pos rocker switch box. $125.00 ST SB4040 STAR switch box with progressive slide feature $180.00 ST ULB28 STAR Phantom LED full width front visor interior bar with thin profile & dual color. (Req's Controller)$1,100.00 ST ULB38-TA STAR Phantom 6-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)$800.00 ST ULB48-TA STAR Phantom 10-LED rear window light bar with dual color traffic director, low profile. (Req's Controller)$1,100.00 ST ULB9LDC-2 (2) STAR Emergency Lighting 9-diode LED dual color light.$630.00 ST ULB9S (2) STAR Emergency Lighting 9-diode LED split single color light.$540.00 ST-D44-16 STAR Cyclone Speaker with bracket, rear facing 100 watt driver. $330.00 ST AVP STAR administrative vehicle package includes (4) ULB9S Mini-Phantom's with (2) mounted in front windshield and (2) mounted in rear glass. (2) Dlit's installed in grille with l-brackets, and (4) DLIT mounted on tag bracket. Includes (LCS653) combination siren and light controller (NO PA) with (D-44-16) patented Cyclone 100 watt speaker and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $2,800.00 STPLB44-850 STAR Dual Color 44” Phazer LED light bar (model 1400LED) with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,260.00 STPLB44-HHS STAR Dual Color 44” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $2,960.00 STPLB51-850 STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS850MG12) digital command control center for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,595.00 STPLB51-HHS STAR Dual Color 51” Phazer LED light bar (model 1400LED) full DUAL color with Lineum X Technology. Fully loaded with full front flood and solid corners, rear traffic director, lifetime lens warranty & 7 year LED warranty. 100% American made. Includes vehicle specific brackets. Complies with Buy America Act 23 U.S.C. & 313. Meets all D.O.T. requirements. Class 1 LED Lighting. (LCS8880) hand held controller for lights, sirens, and PA. Patented (D-44-16) Cyclone 100 watt speaker with bracket. $3,295.00 STPUMP-850-SDN STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,650.00 STPUMP-850-SUV STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,360.00 STPUMP-850-TRK STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum ultra low profile front visor. Rear (Model DLQS8MC) DUAL color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes (Model 850MG12) digital command control center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,550.00 EMERGENCY EQUIPMENT AND LIGHTING 863 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION STPUMP-HHS-SDN STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor(Model ULB48) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes (Model LCS880) hand held combination light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,155.00 STPUMP-HHS-SUV STAR Dual Color Unmarked Package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear visor (Model ULB38) DUAL color LED undercover bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $2,870.00 STPUMP-HHS-TRK STAR Dual Color Unmarked package includes (Model ULB28) DUAL color LED Lineum low profile front visor. Rear (Model DLQS8) single color LED 8-light head bar with STAR Phantom Lineum X traffic director. Includes Includes (Model LCS880) hand held combination center for light and siren control with PA, (D-44-16) Cyclone 100 watt speaker, and vehicle specific bracket. Made in the US. D.O.T. Compliant. Meets all criteria of the Buy America Act 23 U.S.C. & 313. Class 1 LED Lighting. $3,055.00 CODE3 C3 OUTLINER-60 CODE3 DUAL COLOR OUTLINER 60'' INSTALLED ALONG RUNNING BOARD.$1,145.00 C3 OUTLINER-72 CODE3 DUAL COLOR OUTLINER 72'' INSTALLED ALONG RUNNING BOARD.$1,230.00 C3 UT-SPEAKER CODE 3 ultra thin 100W siren speaker with bracket.$345.00 C3-MICROPACK (2) CODE3 MicroPak Single Color high output Class I LED with push-in style flush mount installation.$430.00 C3-MICROPACK-DC (2) CODE3 MicroPak DUAL Color high output Class I LED with push-in style flush mount installation.$445.00 SPIKE STRIPS S3700K STOP STICK SUV KIT FROM STOP TECH LTD. INCLUDES 3 STOP STICKS, 1 REPLACEMENT STICK, DEPLOYMENT BAG, CORD REEL AND SLEEVE.$730.00 HARNESS HARNESS CUSTOM WIRING HARNESS WITH FULLY CUSTOM LABLED CABLES & PRE-ROUTED CIRCUITS.$475.00 BATTERY SAVER KUSSMAUL E1 KUSSMAUL-SINGLE KUSSMAUL 51-03-1206 auto eject charging System for emergency vehicles with single battery. KIT includes 1000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,240.00 E1 KUSSMAUL-DUAL KUSSMAUL 53-03-1206 auto eject charging System for emergency vehicles with two batteries. KIT includes 2000w onboard charger, charge indicator, auto eject plug, and aluminum weather resistant ejector housing. Includes installation of auto eject plug & housing near driver side rear bumper (must specify on PO if desired installation different than specified) $2,240.00 E1 KUSSMAUL-COMBO KUSSMAUL 3000W/1000W INVERTER-CHARGER WITH BUILT IN TRANSFER SWITCH, IGNITION CONTROL, KUSSMAUL SUPER AUTO EJECT, AND YELLOW COVER WITH BUILT IN STATUS DISPLAY. (INSTALL LOCATION LOCATION TO BE SPECIFIED BY CUSTOMER) $5,110.00 HAVIS H CG-X HAVIS CHARGE GUARD BATTERY RUN DOWN PROTECTION, INSTALLED.$225.00 EMERGENCY EQUIPMENT AND LIGHTING 864 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PIU BALLISTICS ANGEL ARMOR AA PIU-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA PIU-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA PIU-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,785.00 AA PIU-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2020+ POLICE INTERCEPTOR UTILITY) INCLUDES FREIGHT AND INSTALLATION.$1,785.00 PIU PUSH BUMPERS TROY PRODUCTS TP PB-PIU TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,155.00 TP PB-PIU-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,180.00 TP PB-PIU-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights. $1,180.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 WESTIN WEST PIU-PB Westin Elite push bumper for Interceptor Utility 2020+.$825.00 WEST PIU-PB2L Westin Elite push bumper for Interceptor Utility 2020+ with two light channel (lights purchased separately).$860.00 WEST PIU-PB2L-PIT Westin Elite push bumper for Interceptor Utility 2020+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,020.00 PROGARD PG PIU-PB Pro-Gard HD push bumper.$1,010.00 SETINA SET PIU-PB400 Setina PB400 VS aluminum push bumper.$995.00 SET PIU-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,630.00 SET PIU-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 PIU WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 865 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 866 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 LAW ENFORCEMENT REAR W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 W OUTTER-PIU-RB Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,280.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 867 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W OUTTER-PIU-DUO-RB Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,760.00 W OUTTER-PIU-DUO-RBA Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & BLUE/AMBER).$1,760.00 W OUTTER-PIU-BW Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,280.00 W OUTTER-PIU-DUO-BW Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,760.00 W OUTTER-PIU-DUO-BWA Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/AMBER & WHITE/AMBER).$1,760.00 W PILLAR-PIU-RB Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,335.00 W PILLAR-PIU-DUO-RB Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,770.00 W PILLAR-PIU-DUO-RBA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,770.00 W PILLAR-PIU-BW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,335.00 W PILLAR-PIU-DUO-BW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,770.00 W PILLAR-PIU-DUO-BWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,770.00 FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 W OUTTER-PIU-RW Whelen Police Intercetpor Utility rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,280.00 W OUTTER-PIU-DUO-RW Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/WHITE).$1,760.00 W OUTTER-PIU-DUO-RWA Whelen Police Interceptor Utility DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & WHITE/AMBER).$1,760.00 W PILLAR-PIU-RW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,335.00 W PILLAR-PIU-DUO-RW Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,770.00 W PILLAR-PIU-DUO-RWA Whelen Police Interceptor Utility DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & WHITE/AMBER).$1,770.00 ARGES / HOWLER W ARGES1-PIU-1 Whelen Arges dedicated spot lamp with control head with Interceptor Utility specific Arges mount.$1,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 868 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W ARGES1-PIU-2 Dual Whelen Arges dedicated spot lamps with control head and Interceptor Utility specific driver and passenger Arges mounts. $2,125.00 W HOWLER-PIU Whelen low frequency supplemental siren, with Interceptor Utility mounting bracket.$985.00 MIRROR W UMIRROR-PIU-RB (2) Whelen V-Series, Combination 180 deg warning and puddle light with Interceptor under mirror mount brackets (RED/BLUE).$835.00 W UMIRROR-PIU-BW (2) Whelen V-Series, Combination 180 deg warning and puddle light with Interceptor under mirror mount brackets (BLUE/WHITE).$835.00 W UMIRROR-PIU-RW (2) Whelen V-Series, Combination 180 deg warning and puddle light with Interceptor under mirror mount brackets (RED/WHITE).$835.00 W UMIRROR-PIU-RA (2) Whelen V-Series, Combination 180 deg warning and puddle light with Interceptor under mirror mount brackets (RED/AMBER).$835.00 W MBEAM-PIU-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (one RED/one BLUE).$1,040.00 W MBEAM-PIU-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BLUE).$1,040.00 W MBEAM-PIU-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (RED).$1,040.00 TRACERS W TRACER60-PIU-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-DUO-PIU- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-PIU-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-DUO-PIU- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (BLUE/WHITE).$1,830.00 W TRACER60-PIU-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/WHITE).$1,490.00 W TRACER60-DUO-PIU- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/WHITE).$1,830.00 W TRACER60-PIU-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with Interceptor mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-PIU- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with Interceptor mounting brackets (RED/AMBER with override to WHITE).$1,830.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,740.00 W EDGE2-ROT-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-PIU-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-PIU-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 869 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CHH-PIU- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-PIU- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-PIU- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CHH-PIU-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-PIU- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-PIU- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-DT-PIU- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT-PIU- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT-PIU- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-PIU- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-21B-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK1-ROT-PIU-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 W SLICK1-HH-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 W SLICK1-ROT-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-PIU-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 870 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-ROT-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-PIU-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-HH-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-PIU-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-PIU- RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-PIU- RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-PIU- BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-PIU- BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT-PIU- RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B-PIU- RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-ROT-PIU- BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B-PIU- BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-OUT-ROT-DT- PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-ROT-DT-PIU- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 871 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-21B-DT-PIU- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-ROT-DT-PIU- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-PIU- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-21B-DT- PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-ROT-DT- PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-21B-DT- PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- PIU-RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,145.00 W SLICK2-DUAL-21B-DT- PIU-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,145.00 W SLICK2-DUAL-ROT-DT- PIU-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,195.00 W SLICK2-DUAL-21B-DT- PIU-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-ROT-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-PIU-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-PIU-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-PIU- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-PIU- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 872 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-DT-PIU- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-PIU- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT-PIU- RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT-PIU- RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-PIU-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-PIU-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 W SLICK1-ROT-PIU-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-PIU-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-HH-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-PIU-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-PIU- RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-PIU- RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT-PIU- RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 873 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-21B-PIU- RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-ROT-DT-PIU- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-PIU- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-ROT-DT- PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-21B-DT- PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- PIU-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-DUAL-21B-DT- PIU-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 PIU TROY CONSOLE & CAGES CONSOLES TP PIU-CON18 TROY PRODUCTS 18'' L-shaped console with 10'' slope / 8'' level with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,070.00 TP PIU-CON22 TROY PRODUCTS 22'' all-level console with faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate w/ (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,020.00 TP PIU-CON-OH TROY PRODUCTS 2020+ PI Utility Overhead 4''Console - mounts siren control and radio remote head.$535.00 PARTITIONS TP PIU-1/2CAGE TROY PRODUCTS PI Utility single-cell with poly window; half cage, kick panel w/ foot pocket, with removable panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition square-hole pattern with side panels.$3,190.00 TP PIU-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel, Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,585.00 TP PIU-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Interceptor Utility.$1,615.00 TP PIU-CARGO-POLY TROY PRODUCTS rear partition, poly main window and square-hole cargo window side panels.$835.00 TP PIU-CARGO-WIRE TROY PRODUCTS rear partition, square-hole main window with square-hole cargo window guards. $760.00 SEATS & CAGES TP PIU-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels.$2,560.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 874 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PIU-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels. $2,455.00 TP PIU-CGP TROY PRODUCTS PI Utility rear partition airbag corridor gap panels, driver and passenger sides.$255.00 TP PIU-DR-PLT TROY PRODUCTS passenger door handle cover set. $180.00 TP PIU-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $435.00 TP PIU-DP-SET TROY PRODUCTS DRIVER AND PASSENGER DOOR PANEL SET.$485.00 TP PIU-SEAT-POLY-FIRE- AED TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with poly main window and cargo window side panels to include AED and Fire Extinguisher cubby.$2,580.00 COMPUTER STANDS TP PIU-COMP-SA TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$685.00 TP PIU-COMP-SL TROY PRODUCTS 2020+ Interceptor Utility stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$845.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 FREE STANDING GUN MOUNT TP PIU-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the PI Utility, required for applications where a front partition is not present.$1,045.00 PIU SETINA CONSOLE & CAGES PARTITIONS SET PIU-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,535.00 SET PIU-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,710.00 SEATS & CAGES SET PIU-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,095.00 SET PIU-SEAT-WIRE Setina full replacement transport seat TPO plastic with center pull belts and wire mesh cargo barrier.$2,455.00 SET PIU-12VS-POLY Setina - 12-VS rear partition - POLY $1,055.00 SET PIU-12VS-WIRE Setina - 12-VS rear partition - WIRE $1,040.00 SET PIU-DOOR Setina TPO door panel.$560.00 SET PIU-SWB Setina VERTICAL window armor bars.$555.00 FREE STANDING GUN MOUNT SET PIU-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$515.00 PIU HAVIS CONSOLE & COMPUTER MOUNTS HAV PIU-CON14 Havis 14''L x 6.5H vehicle specific console includes (3) 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$840.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 875 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HAV PIU-CON22 Havis 22''L sloped vehicle specific console includes OEM USB and lighter plug relocation cutout, OEM parking brake relocation cutout, (2) additional 12V outlets, (2) cup holders, side mount arm rest, and necessary blanks.$1,055.00 HAV PIU-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$995.00 HAV PIU-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$730.00 PIU PROGARD CONSOLE & CAGES PARTITIONS PG PIU-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$985.00 PG PIU-PART Pro-Gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,580.00 PG PIU-R-PART Pro-Gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,730.00 SEATS & CAGES PG PIU-1/2CAGE Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, and lower extension panels.$3,580.00 PG PIU-1/2CAGE-OSB Pro-gard single prisoner cage includes partition, seat, door panels, window bars, rear barrier, lower extension panels, and officer safe belts.$3,970.00 PG PIU-CARGO-WIRE Pro-Gard ¼'' 7 Ga. Steel wire rear cargo barrier with filler panels.$985.00 PG PIU-DISABLE Pro-Gard 2020+ Police Interceptor Utility rear door / window disable kit (block off plates).$145.00 PG PIU-FLOOR-PAN Pro-Gard charcoal grey ABS floor.$570.00 PG PIU-SEAT-POLY Pro-gard standard prisoner transport seat with ¼'' poly. window cargo barrier & seat.$5,990.00 PG PIU-SEAT-WIRE Pro-gard standard prisoner transport seat with 7 Ga. Steel screen window cargo barrier & seat.$5,990.00 PG PIU-SWB Pro-Gard -steel window Bars, for use with O.E.M. door panels only.$530.00 PIU VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,005.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,750.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$515.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$335.00 TROY PRODUCTS TP PIU-VAULT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$1,980.00 TP PIU-VAULT-ELEV TROY PRODUCTS elevated storage vault, 48''Wx24''Lx8H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Elevated design allows access to spare tire.$2,045.00 TP PIU-VAULT-ELEV-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, with slide out electronics tray with guard fence.$2,410.00 TP PIU-VAULT-TILT TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor & tilt-up cargo mount that allows access to spare tire.$2,820.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 876 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PIU-VAULT-TILT-ELEC TROY PRODUCTS INTERCEPTOR UTILITY storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, tilt-up cargo mount that allows access to spare tire, & tilt-down electronics tray.$3,080.00 TP PIU-RDECK TROY PRODUCTS PI Utility horizontal cargo deck with adjustable divider, bolts to PI Utility rear cages.$775.00 TP PIU-COMMAND TROY PRODUCTS INTERCEPTOR UTILITY command post with tilt-up white board and storage drawers.$5,645.00 TP PIU-CARGODECK-SS TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out electronics tray, storage tray and side cubbies.$2,215.00 TP PIU-CARGODECK-SS-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with Stop-Stick compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $3,810.00 TP PIU-CARGODECK- CMPT TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies.$2,450.00 TP PIU-CARGODECK- CMPT-V TROY PRODUCTS INTERCEPTOR UTILITY rear cargo deck storage system with lidded tilt-up compartment, slide-out electronics tray, storage tray, side cubbies and storage vault 40''Wx22''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. $4,045.00 SETINA SET PIU-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,115.00 SET PIU-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,330.00 SET PIU-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$375.00 PIU K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,320.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 HAVIS MOUNTS HAV PIU-K9 Havis K9 Transport system powder coated white.$5,410.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 877 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AK9 HA-2520-HYB K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $3,050.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AK9 HP-5020-HYB Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box (ENGINE STALL SENSOR NOT INCLUDED - not compatible with Hybrid vehicle). $3,905.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 TAHOE BALLISTICS KERR IND AA TAH-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 AA TAH-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,175.00 KERR TAH-3PLUS-D KERR NIJ Level 3+ ballistic door panels for front driver sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,590.00 KERR TAH-3PLUS-P KERR NIJ Level 3+ ballistic door panels for front passenger sider only. Kerr Industries offers a full 3-year/36,000 mile warranty on all parts supplied and installed.$2,590.00 ANGEL ARMOR AA TAH-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,990.00 AA TAH-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2021+ TAHOE) INCLUDES FREIGHT AND INSTALLATION.$1,990.00 TAHOE PUSH BUMPERS TROY PRODUCTS TP PB-TAH TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,195.00 TP PB-TAH-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-TAH-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 WESTIN WEST TAH-PB Westin Elite XD push bumper for Tahoe/Suburban 2021+.$1,045.00 WEST TAH-PB2L Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel (Lights purchased separately).$1,100.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 878 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION WEST TAH-PB2L-PIT Westin Elite XD push bumper for Tahoe/Suburban 2021+ with two light channel including pit bars with headlight wraps (Lights purchased separately).$2,235.00 PROGARD PG TAH-PB Pro-Gard HD Tahoe push bumper.$910.00 SETINA SET TAH-PB400 Setina PB400 push bumper, Tahoe.$995.00 SET TAH-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,630.00 SET TAH-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 TAHOE WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 879 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 880 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 W OUTTER-TAH-RB Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,280.00 W OUTTER-TAH-DUO-RB Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/BLUE).$1,760.00 W OUTTER-TAH-DUO- RBA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & BLUE/AMBER).$1,760.00 W OUTTER-TAH-BW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,280.00 W OUTTER-TAH-DUO-BW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/WHITE).$1,760.00 W OUTTER-TAH-DUO- BWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (BLUE/AMBER & WHITE/AMBER).$1,760.00 W PILLAR-TAH-RB Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,335.00 W PILLAR-TAH-DUO-RB Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,770.00 W PILLAR-TAH-DUO-RBA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,770.00 W PILLAR-TAH-BW Whelen Police Interceptor Utility rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,335.00 W PILLAR-TAH-DUO-BW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,770.00 W PILLAR-TAH-DUO-BWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,770.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 881 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 W OUTTER-TAH-RW Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,280.00 W OUTTER-TAH-DUO-RW Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/WHITE).$1,760.00 W OUTTER-TAH-DUO- RWA Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler (RED/AMBER & WHITE/AMBER).$1,760.00 W PILLAR-TAH-RW Whelen Tahoe rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,335.00 W PILLAR-TAH-DUO-RW Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,770.00 W PILLAR-TAH-DUO-RWA Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$1,770.00 ARGES / HOWLER W ARGES1-TAH-1 Whelen Arges dedicated spot lamp with control head with TAHOE Utility specific Arges mount.$1,395.00 W ARGES1-TAH-2 Dual Whelen Arges dedicated spot lamps with control head and TAHOE Utility specific driver and passenger Arges mounts. $2,515.00 W HOWLER-TAH Whelen low frequency supplemental siren, with TAHOE Utility mounting bracket.$985.00 MIRROR W MBEAM-TAH-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (one RED/one BLUE).$1,040.00 W MBEAM-TAH-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BLUE).$1,040.00 W MBEAM-TAH-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (RED).$1,040.00 W UMIRROR-TAH-RB (2) Whelen V-Series, Combination 180 deg warning and puddle light with TAHOE under mirror mount brackets (RED/BLUE).$805.00 W UMIRROR-TAH-BW (2) Whelen V-Series, Combination 180 deg warning and puddle light with TAHOE under mirror mount brackets (BLUE/WHITE).$805.00 W UMIRROR-TAH-RW (2) Whelen V-Series, Combination 180 deg warning and puddle light with TAHOE under mirror mount brackets (RED/WHITE).$805.00 W UMIRROR-TAH-RA (2) Whelen V-Series, Combination 180 deg warning and puddle light with TAHOE under mirror mount brackets (RED/AMBER).$805.00 TRACERS W TRACER60-TAH-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-TAH-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-TAH-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/WHITE).$1,490.00 W TRACER60-TAH-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with TAHOE mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-TAH- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-DUO-TAH- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (BLUE/WHITE).$1,830.00 W TRACER60-DUO-TAH- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/WHITE).$1,830.00 W TRACER60-DUO-TAH- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with TAHOE mounting brackets (RED/AMBER with override to WHITE).$1,830.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 882 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,480.00 W EDGE2-ROT-TAH- RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-TAH-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-TAH-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-TAH-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-TAH- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-TAH- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-TAH- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- TAH-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-TAH- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-TAH- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-TAH- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $1,170.00 W LEGACY-C21B-TAH- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 883 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-DT- TAH-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-TAH- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-ROT-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 W SLICK1-21B-TAH-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK1-HH-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 W SLICK1-ROT-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-TAH-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-TAH- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-TAH-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-TAH- RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-TAH- RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT- TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-ROT-DT-TAH- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 884 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-21B-DT-TAH- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, HHS4207 combination light/siren controller, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-ROT-DT- TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, HHS4206 combination light/siren controller, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-21B-DT- TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, HHS4207 combination light/siren controller, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- TAH-RBWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,145.00 W SLICK2-DUAL-21B-DT- TAH-RBWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,145.00 W SLICK2-HH-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-TAH-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-TAH- BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-TAH- BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT- TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $6,325.00 W SLICK2-21B-DT-TAH- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-ROT-DT-TAH- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 885 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-OUT-ROT-DT- TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-21B-DT- TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- TAH-BWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-DUAL-21B-DT- TAH-BWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 FIRE / EMS LIGHT BAR PACKAGES W LEGACY-CHH-TAH- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-TAH- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-TAH- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- TAH-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-TAH- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- TAH-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT-TAH- RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-TAH-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 886 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK1-ROT-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-TAH-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-HH-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-TAH-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-ROT-TAH- RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-OUT-21B-TAH- RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT- TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B-DT- TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-DUAL-ROT-DT- TAH-RWA Whelen FST Front DUO, Rear DUO Outter Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-OUT-21B-DT- TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-OUT-ROT-DT- TAH-RWA Whelen FST Front DUO and Rear DUO Outter Edge with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets(RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-TAH- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-ROT-DT-TAH- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 887 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TAHOE FED-SIG LIGHTING REAR LIGHTING W OUTTER-TAH Whelen Tahoe rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,280.00 W OUTTER-TAH-DUO Whelen Tahoe DUO rear outter edge LED lighting includes (3) light heads per side, mounted along exterior surface of rear spoiler.$1,760.00 W PILLAR-TAH Whelen Tahoe rear pillar LED lighting includes (3) light heads per side.$1,755.00 W PILLAR-TAH-DUO Whelen Tahoe DUO rear pillar LED lighting includes (3) light heads per side.$1,920.00 TAHOE TROY CONSOLE & CAGES CONSOLES TP TAH-CON18 TROY PRODUCTS 18'' L-shaped sloped console with 7'' slope / 11'' level. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,030.00 TP TAH-WBCON18 TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. No floorplate needed. $1,140.00 TP TAH-WBCON18-FB TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. No floorplate needed. $1,345.00 TP TAH-WBCON18-PRT TROY PRODUCTS 18'' wide-body console with 7'' slope /11'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (1) DC outlet & (1) dual-port USB module, and locking lidded file box with large leather pad that bolts to rear of wide-body console. $1,355.00 TP TAH-CON-OH TROY PRODUCTS overhead 7'' console to replace OEM dome light module for remote head controller only.$445.00 PARTITIONS TP TAH-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,635.00 TP TAH-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels with big foot pockets for Tahoe / Suburban models.$1,605.00 TP TAH-CARGO-POLY TROY PRODUCTS rear partition with polycarbonate window. Includes cargo side window panels. $1,190.00 TP TAH-CARGO-WIRE TROY PRODUCTS rear partition with square-hole pattern. Includes cargo side window panels. $1,030.00 SEATS & CAGES TP TAH-1/2CAGE TROY PRODUCTS Tahoe single-cell with poly front window, kick panel w/ foot pocket, poly divider with removable panel, plastic seat with OS seatbelts, PS door panel, rear partition square-hole pattern with side panels.$3,260.00 TP TAH-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole pattern cargo window side panels.$2,605.00 TP TAH-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole pattern and cargo window side panels.$2,550.00 TP TAH-SWB TROY PRODUCTS driver & passenger side vertical, welded-bar window guards. $500.00 TP TAH-DP TROY PRODUCTS driver and passenger side door panel set, 2021 Tahoe.$480.00 TP TAH-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$325.00 TP TAH-CGP TROY PRODUCTS Chevy Tahoe rear partition airbag corridor gap panels, driver and passenger sides.$275.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 888 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP TAH-SEAT-WIRE-FIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with wire main window and cargo window side panels to include Fire Extinguisher cubby.$2,210.00 COMPUTER STANDS TP TAH-COMP-SL TROY PRODUCTS passenger seat mount computer stand with slide arm for docking station, 2021 Tahoe (CRADLE SOLD SEPARATELY).$960.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 FREE STANDING GUN MOUNT TP TAH-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the Tahoe PPV, required for applications where a front partition is not present.$1,045.00 TAHOE SETINA CONSOLE & CAGES PARTITIONS SET TAH-12VS-POLY Setina 12-VS rear partition - POLY $1,055.00 SET TAH-12VS-WIRE Setina 12-VS rear partition - WIRE $1,040.00 SET TAH-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,710.00 SET TAH-R-PART-8VS Setina 8VS RESESSED panel prisoner cage with 1/2 uncoated polycarbonate, 1/2 winyl coated expanded metal and lower extension panels.$1,535.00 SEATS & CAGES SET TAH-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,030.00 SET TAH-DOOR Setina TPO door panel.$570.00 SET TAH-DOOR-AL Setina replacement door panel VS-Aluminum.$450.00 SET TAH-SEAT Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included)$1,730.00 SET TAH-SWB Setina VERTICAL window armor bars.$585.00 SET TAH-SEAT-wDEL Setina full replacement transport seat TPO plastic with center pull belts (rear cargo screen NOT included) for vehicles ordered with factory rear seat delete.$1,955.00 FREE STANDING GUN MOUNT SET TAH-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$505.00 TAHOE PROGARD CONSOLE & CAGES PARTITIONS PG TAH-R-PART Pro-Gard space saver plus RESESSED panel prisoner transport partition with lower extension panels $1,730.00 PG TAH-CARGO-POLY Pro-Gard ¼'' poly rear cargo barrier with filler panels.$985.00 PG TAH-CARGO-WIRE Pro-Gard steel wire cargo barrier with filler panels.$985.00 SEATS & CAGES PG TAH-SEAT-OSB-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier including officer safe seat belts.$2,920.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 889 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION PG TAH-SEAT-POLY Pro-Gard standard transport seat with ¼'' Polycarbonate window cargo barrier.$2,260.00 PG TAH-SWB-OEM Pro-Gard steel window bars for use with O.E.M. door panels only.$530.00 PG TAH-DOOR-ABS Pro-Gard ABS door panels.$385.00 PG TAH-1/2CAGE Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side.$4,025.00 PG TAH-1/2CAGE-OSB Pro-Gard single compartment prisoner cage, Pro-Cel ½ Partition for passenger side with officer safe seat belt.$4,465.00 TAHOE HAVIS CONSOLE & COMPUTER MOUNTS HAV TAH-CON20 Havis vehicle specific 20''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,420.00 HAV TAH-CON23 Havis vehicle specific 23''L x 12.5''H console includes wing kit, track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,085.00 HAV TAH-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$855.00 HAV TAH-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,120.00 TAHOE VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,005.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,750.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$335.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$515.00 TROY PRODUCTS TP TAH-VAULT TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor.$2,055.00 TP TAH-VAULT-TILT-ELE TROY PRODUCTS TAHOE storage vault, 44''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor with tilt-up cargo mount including electronics tray.$3,025.00 TP TAH-FLOOR-ELEC TROY PRODUCTS tilt-up cargo area replacement floor with electronics tray.$1,160.00 TP TAH-ELEC-BOX TROY PRODUCTS 30.5'' electronics box with hinged lid, mounted to back of partition for use with NO vault.$545.00 TP TAH-COMMAND TROY PRODUCTS TAHOE command post 44''Wx22''Lx17''H, includes storage drawers, full size map drawer & radio mounting area with cargo mounting platform.$7,435.00 TP TAH-RDECK TROY PRODUCTS Tahoe horizontal cargo deck with adjustable divider, bolts to Tahoe rear cages.$805.00 TP TAH-CARGODECK-SS TROY PRODUCTS Tahoe rear cargo deck storage system with easy-deploy Stop-Stick compartment, slide-out storage drawer, slide-out electronics tray, storage tray and side cubbies.$3,110.00 SETINA SET TAH-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,185.00 SET TAH-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,410.00 SET TAH-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$400.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 890 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TAHOE K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,320.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 HAVIS MOUNTS HAV TAH-K9 Havis K9 Transport system powder coated white.$4,690.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 DURANGO BALLISTICS ANGEL ARMOR AA DUR-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2011+DURANGO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA DUR-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2011+DURANGO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 DURANGO PUSH BUMPERS TROY PRODUCTS TP PB-DUR TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,155.00 TP PB-DUR-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,180.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 891 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PB-DUR-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights. $1,180.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 WESTIN WEST DUR-PB Westin Elite push bumper for Durango Pursuit.$685.00 WEST DUR-PB2L Westin Elite push bumper for Durango Pursuit with two light channel (lights purchased separately).$740.00 WEST DUR-PB2L-PIT Westin Elite push bumper for Durango Pursuit with two light channel including pit bars with headlight wraps (lights purchased separately).$2,010.00 PROGARD PG DUR-PB Pro-Gard push bumper.$910.00 SETINA SET DUR-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,630.00 SET DUR-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 DURANGO WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 892 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 LAW ENFORCEMENT SIDE W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 893 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 LAW ENFORCEMENT REAR W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W PILLAR-DUR-RB Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,335.00 W PILLAR-DUR-DUO-RB Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/BLUE).$1,770.00 W PILLAR-DUR-DUO-RBA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/AMBER & BLUE/AMBER).$1,770.00 W PILLAR-DUR-BW Whelen Durango rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,335.00 W PILLAR-DUR-DUO-BW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE).$1,770.00 W PILLAR-DUR-DUO-BWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (BLUE/WHITE & WHITE/AMBER).$1,770.00 FIRE / EMS REAR W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 W PILLAR-DUR-RW Whelen Durango rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,335.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 894 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W PILLAR-DUR-DUO-RW Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE).$1,770.00 W PILLAR-DUR-DUO-RWA Whelen Durango DUO rear pillar LED lighting includes (3) light heads per side (RED/WHITE & AMBER/WHITE)$1,770.00 ARGES / HOWLER W ARGES1-DUR-1 Whelen Arges dedicated spot lamp with control head with DURANGO Utility specific Arges mount.$1,395.00 W ARGES1-DUR-2 Dual Whelen Arges dedicated spot lamps with control head and DURANGO Utility specific driver and passenger Arges mounts. $2,125.00 W HOWLER-DUR Whelen low frequency supplemental siren, with DURANGO Utility mounting bracket.$985.00 MIRROR W MBEAM-DUR-R (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (RED).$650.00 W MBEAM-DUR-B (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (BLUE).$650.00 W MBEAM-DUR-RB (2) Whelen mirror beam front of side view mirror mounted LED's with ION series light heads (one RED/one BLUE).$650.00 W UMIRROR-DUR-RA (2) Whelen V-Series, Combination 180 deg warning and puddle light with DURANGO under mirror mount brackets (RED/AMBER).$835.00 W UMIRROR-DUR-RW (2) Whelen V-Series, Combination 180 deg warning and puddle light with DURANGO under mirror mount brackets (RED/WHITE).$835.00 W UMIRROR-DUR-BW (2) Whelen V-Series, Combination 180 deg warning and puddle light with DURANGO under mirror mount brackets (BLUE/WHITE).$835.00 W UMIRROR-DUR-RB (2) Whelen V-Series, Combination 180 deg warning and puddle light with DURANGO under mirror mount brackets (RED/BLUE).$835.00 TRACERS W TRACER60-DUR-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-DUO-DUR- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-DUR-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-DUO-DUR- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (BLUE/WHITE).$1,830.00 W TRACER60-DUR-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/WHITE).$1,450.00 W TRACER60-DUO-DUR- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/WHITE).$1,830.00 W TRACER60-DUR-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with DURANGO mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-DUR- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with DURANGO mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,575.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,740.00 W EDGE2-ROT-DUR- RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-DUR-RBWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 895 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W EDGE2-ROT-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-DUR-BWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-DUR- RBWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DUR- RBWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-DUR- RBWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- DUR-RBWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- DUR-RBWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-DUR- BWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DUR- BWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-DUR- BWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- DUR-BWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,835.00 W LEGACY-C21B-DT- DUR-BWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-DUR-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-ROT-DUR-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 W SLICK1-21B-DUR-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK1-HH-DUR-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 896 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK1-ROT-DUR-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-DUR-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DUR- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $8,115.00 W SLICK2-21B-DUR-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT- DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-ROT-DT-DUR- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-DUR- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, HHS4207 combination light/siren controller, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- DUR-RBWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,145.00 W SLICK2-DUAL-21B-DT- DUR-RBWA Whelen FST Front DUO and Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE, RED/BLUE REAR WITH OVERRIDE TO AMBER TOP, AND RED/BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $7,135.00 W SLICK2-HH-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $8,115.00 W SLICK2-21B-DUR-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DT-DUR- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 897 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK2-DUAL-ROT- DUR-BWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- DUR-BWA Whelen FST Front DUO and Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-21B-DT-DUR- BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- DUR-BWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-DUAL-21B-DT- DUR-BWA Whelen FST Front DUO and Rear DUO inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (BLUE FRONT WITH OVERRIDE TO WHITE, BLUE REAR WITH OVERRIDE TO AMBER TOP, AND BLUE SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-ROT-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE RED AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-DUR-RWA Whelen Edge 9X 48" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-DUR- RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DUR- RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-DUR- RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- DUR-RWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT- DUR-RGWA Whelen Legacy 48" lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 898 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LIBERTY-OPTI-CROT- DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-DUR-RGWA Whelen Liberty 48" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-DUR-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 W SLICK1-ROT-DUR-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-DUR-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-ROT-DT-DUR- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-DUR- RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-DUAL-ROT-DT- DUR-RWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-DUAL-21B-DT- DUR-RWA Whelen FST Front DUO and Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING). $7,145.00 W SLICK2-HH-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-DUR-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-DUAL-ROT- DUR-RWA Whelen FST Front DUO, Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 W SLICK2-DUAL-21B- DUR-RWA Whelen FST Front DUO and Rear DUO Inner Edge with 6-LED Ion series light heads, and Rear Pillar DUO with 6-LED Ion series light heads, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE, RED REAR WITH OVERRIDE TO AMBER TOP, AND RED SIDES WITH OVERRIDE TO WHITE FOR REVERSE LIGHTING AND AMBER FOR TURN SIGNALS). $6,325.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 899 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DURANGO TROY CONSOLE & CAGES CONSOLES TP DUR-CON18 TROY PRODUCTS 18'' non-floor-shift console, Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,195.00 TP DUR-AWD-RELOCATE 2'' faceplate to relocate the OEM AWD module (For AWD models only).$0.00 TP DUR-PRTCON14 TROY PRODUCTS 14'' printer console includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, 2'' faceplate with (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to rear of console. $1,240.00 PARTITIONS TP DUR-CARGO-WIRE TROY PRODUCTS Durango rear partition w/square-hole main window & cargo window side panels. $795.00 TP DUR-HATCH TROY PRODUCTS rear cargo door square-hole window guard.$310.00 TP DUR-PART-SLIDE- WIRE TROY PRODUCTS spacemaker partition with sliding window & square hole punched bracket. Includes mounting kit & Partition kick panels with big-foot pockets.$1,720.00 SEATS & CAGES TP DUR-SEAT-POLY TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear poly partition with square-hole cargo window side panels.$2,625.00 TP DUR-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes rear partition with square-hole main window and cargo window side panels.$2,525.00 TP DUR-SWB TROY PRODUCTS Durango driver/passenger side vertical bar window guards.$445.00 TP DUR-CGP TROY PRODUCTS Durango rear partition airbag corridor gap panels, driver and passenger sides.$235.00 TP DUR-DP-SET TROY PRODUCTS SILVERADO 1500 DRIVER AND PASSENGER DOOR PANEL SET.$425.00 COMPUTER STANDS TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 DURANGO SETINA CONSOLE & CAGES PARTITIONS SET DUR-12VS-POLY Setina 12VS 2nd row partition - POLY $1,010.00 SET DUR-12VS-WIRE Setina 12VS 2nd row partition - WIRE $1,010.00 SET DUR-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,710.00 SEATS & CAGES SET DUR-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate installs utilizing STOCK SEAT.$2,030.00 SET DUR-SWB Setina VS steel vertical window barriers. Compatible with stock & TPO door panels.$575.00 SET DUR-SEAT Setina full replacement with stock seat belts (This is a seat cover, not a replacement )$1,330.00 SET DUR-DOOR-COVER Setina S TPO black plastic door panels, installs over OEM door panels.$560.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 900 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FREE STANDING GUN MOUNT SET DUR-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$505.00 DURANGO PROGARD CONSOLE & CAGES PARTITIONS PG DUR-R-PART Pro-gard RESESSED panel partition includes poly center slider window with expanded metal insert and lower extension panel.$1,730.00 PG DUR-CARGO-WIRE Pro-Gard 7 gauge steel wire cargo barrier with filler panels.$985.00 PG DUR-CARGO-POLY Pro-gard - ¼'' poly cargo barrier with filler panels.$985.00 SEATS & CAGES PG DUR-SEAT-WIRE Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' steel screen window cargo barrier and outboard seat belts.$2,920.00 PG DUR-SEAT-POLY Pro-Gard charcoal grey ABS standard prisoner transport seat w/ 1/4'' poly window cargo barrier and outboard seat belts.$2,920.00 PG DUR- FLOOR-PAN Pro-gard charcoal grey ABS floor pan $505.00 PG DUR-PWB Pro-Gard poly window bars (for use with O.E.M. door panels only)$530.00 DURANGO HAVIS CONSOLE & COMPUTER MOUNTS HAV DUR-CON20 Havis 20''L x 10''H vehicle specific console includes mounting, side mount arm rest, (2) DC power outlets, (2) cup holders, and necessary blanks.$1,535.00 HAV DUR-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$705.00 HAV DUR-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$970.00 DURANGO VAULT/GUN BOX AMERICAN ALUMINUM AA SUVAULT-1 American Aluminum single drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$2,005.00 AA SUVAULT-2 American Aluminum TWO drawer weapon storage vault with secure lock T-handle locking system, powder coated black with mesh basket on top.$3,750.00 AA SIMPLEX Upgrade vault to include Simplex lock (per drawer).$515.00 AA UP VAULT American Aluminum UP vault leg kit, installed.$335.00 TROY PRODUCTS TP DUR-VAULT TROY PRODUCTS DURANGO storage vault, 40''Wx32''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor for use with OEM seats or REAR PARTITION ONLY.$1,980.00 TP DUR-VAULT-TILT TROY PRODUCTS DURANGO storage vault, 40''Wx28''Lx12H''. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor, & tilt-up cargo mount system for use with PLASTIC SEAT. $2,630.00 SETINA SET DUR-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,185.00 SET DUR-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,410.00 SET DUR-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$250.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 901 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION DURANGO K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,320.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 HAVIS MOUNTS HAV DUR-K9 Havis K9 Transport system powder coated white.$5,410.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 EXPEDITION BALLISTICS ANGEL ARMOR AA EXP-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+ EXPEDITION) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA EXP-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+ EXPEDITION) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 EXPEDITION PUSH BUMPERS TROY PRODUCTS TP PB-EXP TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,195.00 TP PB-EXP-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 902 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP PB-EXP-LB4 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 PROGARD PG EXP-PB Pro-Gard push bumper.$910.00 SETINA SET EXP-PB400 Setina PB400 VS aluminum push bumper.$995.00 EXPEDITION WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 903 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 904 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 ARGES / HOWLER W ARGES1-EXP-1 Whelen Arges dedicated spot lamp with control head with EXPEDITION Utility specific Arges mount.$1,395.00 W HOWLER-EXP Whelen low frequency supplemental siren, with EXPEDITION Utility mounting bracket.$985.00 TRACERS W TRACER60-EXP-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-DUO-EXP- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-EXP-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-DUO-EXP- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with EXPEDITION mounting brackets (BLUE/WHITE).$1,830.00 W TRACER60-EXP-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/WHITE).$1,490.00 W TRACER60-DUO-EXP- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/WHITE).$1,830.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 905 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TRACER60-EXP-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with EXPEDITION mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-EXP- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with EXPEDITION mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,830.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,740.00 W EDGE2-ROT-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-EXP-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-EXP-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-EXP-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-EXP- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-EXP- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-EXP- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- EXP-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-EXP- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-EXP- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-EXP- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 906 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-EXP- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- EXP-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-EXP- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-ROT-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 W SLICK1-21B-EXP-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK1-HH-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 W SLICK1-ROT-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-EXP-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-EXP- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware,Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-EXP-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DT-EXP- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-EXP- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-HH-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-EXP-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 907 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION FIRE / EMS LIGHT BAR PACKAGES W LEGACY-CHH-EXP- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-EXP- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-EXP- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- EXP-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT-EXP- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- EXP-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT-EXP- RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-EXP-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 W SLICK1-ROT-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-EXP-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-HH-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-EXP-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 908 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION EXPEDITION TROY CONSOLES & CAGES CONSOLES TP EXP-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,030.00 TP EXP-CON-OH TROY PRODUCTS Ford Expedition 7” overhead console. Disclaimer: Civilian Expedition model will require removal of the bluetooth microphone.$440.00 TP EXP-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,230.00 TP EXP-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. $1,430.00 TP EXP-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,245.00 TP EXP-CON18 TROY PRODUCTS 18''console with 7'' slope / 11'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,010.00 PARTITIONS TP EXP-CARGO-POLY TROY PRODUCTS standard-body rear partition with polycarbonate window. Includes cargo side window panels. $945.00 TP EXP-CARGO-WIRE TROY PRODUCTS standard-body rear partition with square-hole window. Includes cargo side window panels. $870.00 TP EXP-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,590.00 TP EXP-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Expedition SSV.$1,560.00 SEATS & CAGES TP EXP-SWB TROY PRODUCTS driver & passenger welded vertical bar window guards. $445.00 TP EXP-DP TROY PRODUCTS door panel kit $445.00 TP EXP-1/2CAGE TROY PRODUCTS Expedition single-cell with poly window; half cage, kick panel w/ foot pocket, with removable panel , center seat floor plate, plastic seat with OS seatbelt system, rear partition square-hole pattern with side panels.$3,465.00 COMPUTER STANDS AND CRADLES TP EXP-COMP-SL TROY PRODUCTS 2018+ Expedition stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$810.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 EXPEDITION SETINA CONSOLES & CAGES PARTITIONS SET EXP-12VS-POLY Setina 12VS 2nd row partition - POLY $1,055.00 SET EXP-12VS-WIRE Setina 12VS 2nd row partition - WIRE $1,040.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 909 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SEATS & CAGES SET EXP-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,715.00 FREE STANDING GUN MOUNT SET EXP-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$505.00 EXPEDITION HAVIS CONSOLE & COMPUTER MOUNTS HAV EXP-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,010.00 HAV EXP-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$740.00 HAV EXP-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,085.00 HAV EXP-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,195.00 EXPEDITION PROGARD CONSOLES & CAGES PARTITIONS PG EXP-CARGO-POLY Pro-Gard - ¼'' poly cargo barrier with filler panels for use with side curtain airbags in SSV only.$985.00 PG EXP-CARGO-WIRE Pro-Gard - 7 gauge steel wire cargo barrier with filler panels for use with side curtain airbags in SSV only.$985.00 PG EXP-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,730.00 EXPEDITION VAULT/GUN BOX TROY PRODUCTS TP EXP-COMMAND TROY PRODUCTS Command post 48''Wx22''Lx18''H, includes storage drawers, full size map drawer & radio mounting area.$5,455.00 TP EXP-VAULT-TILT TROY PRODUCTS EXPEDITION standard-body storage vault, 44''Wx35''Lx12H'' with tilt mechanism to reach spare tire. Includes two (2) lockable draw-tight handles, carpet on top, foam on floor. Includes steel cargo mount to provide solid mounting point for Troy vaults or command posts. Replaces plastic factory floor module. $3,090.00 SETINA SET EXP-VAULT1 Setina single drawer vault with ley lock & top basket, powder coated black.$2,185.00 SET EXP-VAULT2 Setina two drawer vault with combo lock on top drawer & no lock on bottom drawer, powder coated black.$2,410.00 SET EXP-VAULT-FREE Setina free standing kit, required with vault when not installing with Setina cargo barrier.$235.00 EXPEDITION K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA SUVAULT-K9-COMBO American Aluminum 2 drawer + K9 for full size SUV includes (2) drawers and 30''W x 28'' D x 29''H kennel. Unit powder coated black.$5,320.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 910 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 HAVIS MOUNTS HAV EXP-K9 Havis K9 Transport system powder coated white.$5,410.00 SILVERADO BALLISTICS ANGEL ARMOR AA SILV-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+ SILVERADO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA SILV-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+ SILVERADO) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 SILVERADO PUSH BUMPERS WESTIN WEST SILV15-PB Westin Elite push bumper for Silverado 1500 2024+$1,045.00 WEST SILV15-PB2L Westin Elite push bumper for Silverado 1500 with two light channel (lights purchased separatel $1,100.00 WEST SILV15-PB2L-PIT Westin Elite push bumper for Silverado 1500 2024+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,235.00 TROY PRODUCTS TP PB-SILV TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,195.00 TP PB-SILV-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-SILV-LB4 TROY PRODUCTS Push-bumper uprights with four (4) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 PROGARD PG SILV-PB Pro-gard - Push Bumper $910.00 SETINA SET SILV-PB Setina - Push Bumper $995.00 SET SILV-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,190.00 SET SILV-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 911 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SILVERADO WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 912 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 LAW ENFORCEMENT REAR W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 913 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 ARGES / HOWLER W ARGES1-SILV-1 Whelen Arges dedicated spot lamp with control head with SILVERADO Utility specific Arges mount.$1,395.00 W ARGES1-SILV-2 Dual Whelen Arges dedicated spot lamps with control head and SILVERADO Utility specific driver and passenger Arges mounts. $2,125.00 W HOWLER-SILV Whelen low frequency supplemental siren, with SILVERADO Utility mounting bracket.$985.00 TRACERS W TRACER60-SILV-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-DUO-SILV- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-SILV-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-DUO-SILV- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (BLUE/WHITE).$1,995.00 W TRACER60-SILV-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/WHITE).$1,490.00 W TRACER60-DUO-SILV- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/WHITE).$1,830.00 W TRACER60-SILV-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with SILVERADO mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-SILV- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with SILVERADO mounting brackets (RED/AMBER with override to WHITE).$1,830.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,480.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 914 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W EDGE2-ROT-SILV- RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-SILV-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-SILV-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-SILV- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-SILV- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-SILV- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- SILV-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-SILV- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller,speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-SILV- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-SILV- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- SILV-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-ROT-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 915 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK1-21B-SILV-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK2-HH-SILV-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-SILV- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, HHS4206 combination light/siren controller, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-SILV- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DT-SILV- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,965.00 W SLICK2-21B-DT-SILV- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK1-HH-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 W SLICK1-ROT-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-SILV-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-SILV-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-SILV-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-SILV- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-SILV- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-SILV- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 916 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DT- SILV-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT- SILV-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-SILV-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 W SLICK1-ROT-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-SILV-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-HH-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, HHS4206 combination light/siren controller, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-SILV-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 SILVERADO TROY CONSOLE & CAGES CONSOLES TP SILV-CON18 TROY PRODUCTS 18'' L-Shaped console with 7''slope / 11'' level faceplate area for non-floor shift models. Includes floorplate and standard faceplates. Includes 4'' dual cup internal beverage holder. 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,015.00 TP SILV-1500WBCONVS TROY PRODUCTS 20'' Silverado 1500 vehicle specific wide-body console with 7'' slope / 13'' level faceplate area and open storage on side of console. For non-floor shift models. Includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) dual-port USB modules, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,235.00 TP SILV-1500WBCONPRT TROY PRODUCTS 20'' Silverado 1500 vehicle specific wide-body printer console with 7'' slope / 13'' level faceplate area and printer housing on side of console. For non-floor shift models. Includes standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) dual-port USB modules, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 917 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP SILV-CON16 TROY PRODUCTS 16'' L-Shaped console with 7''slope / 11'' level faceplate area for non-floor shift models. Includes floorplate and standard faceplates. Includes 4'' dual cup internal beverage holder. 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,025.00 TP SILV-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non- floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,230.00 TP SILV-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level faceplate area and open storage on side of console. For non- floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & long external map book locking lidded storage box; 13.25'' W x 13.8'' L x 11'' H (Includes leather pad). $1,480.00 TP SILV-WBCON20 TROY PRODUCTS 20'' wide-body console with 8'' slope / 12'' level faceplate area and open storage on side of console. For non- floor shift models. Includes floorplate and standard faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,245.00 TP SILV-CON-OH TROY PRODUCTS overhead 4'' console to replace OEM dome light module for remote head controller only.$450.00 PARTITIONS TP SILV-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,545.00 TP SILV-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for Silverado 1500 models.$1,515.00 SEATS & CAGES TP SILV-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$630.00 TP SILV-DP-SET TROY PRODUCTS SILVERADO 1500 DRIVER AND PASSENGER DOOR PANEL SET.$425.00 TP SILV-1500 1/2CAGE TROY PRODUCTS Silverado 1500 single-cell with storage seat box, electronics tray, cab window screen and passenger side diamond pattern window screen. (NOTE: Requires removal of entire back seat.)$5,740.00 TP SILV-1500 1/2CAGE OPTIONS TROY PRODUCTS Silverado 1500 single-cell optional floor mount, 1 hinged lid storage box, 1 sliding drawer storage box for driver side.$2,280.00 TP SILV-SEAT-WIRE TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes cab rear window screen AND rear door panel set (MUST USE TROY DOOR PANELS W/PLASTIC SEAT).$3,895.00 COMPUTER STANDS TP SILV-COMP-SA TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$715.00 TP SILV-COMP-SL TROY PRODUCTS 2019+ Silverado stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$885.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 SILVERADO SETINA CONSOLE & CAGES PARTITIONS SET SILV-R-PART-10VS Setina 10VS prisoner cage C RECESSED panel uncoated polycarbonate with expanded metal window cover and lower extension panels.$1,710.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 918 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SEATS & CAGES SET SILV-1/2CAGE Setina 6VS single prisoner transport with coated polycarbonate partition $2,095.00 SET SILV-DOOR Setina replacement door panels.$450.00 SET SILV-SWB Setina vertical window armor bars for use with setina door panels.$585.00 FREE STANDING GUN MOUNT SET SILV-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$620.00 SILVERADO PROGARD CONSOLE & CAGES PARTITIONS PG SILV-R-PART Pro-Gard RESESSED panel prisoner partition with poly center slider window and expanded metal insert.$1,730.00 SEATS & CAGES PG SILV-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,780.00 PG SILV-DOOR Pro-Gard door panels $160.00 PG SILV-SWB Pro-Gard window armor bars.$530.00 SILVERADO HAVIS CONSOLE & COMPUTER MOUNTS HAV SILV-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,020.00 HAV SILV-CON18 Havis 18''L x 10''H console includes track mount, side mount arm rest, (3) DC power outltes, (2) cup holders, and necessary blanks.$1,125.00 HAV SILV-CON30 Havis 30''L x 10''H console includes track mount, side mount arm rest, (3) DC power outlets, (2) cup holders, and necessary blanks.$1,235.00 SILVERADO VAULT/GUN BOX TROY PRODUCTS TP SILV-USGB TROY PRODUCTS SLIVERADO 1500 under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,235.00 SILVERADO K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 919 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 F-SERIES BALLISTICS ANGEL ARMOR AA FSERIES-3PLUS-D ANGEL ARMOR LEVEL III+ FRONT DRIVER DOOR FOR (2021+ FORD F-150) INCLUDES FREIGHT AND INSTALLATION.$1,855.00 AA FSERIES-3PLUS-P ANGEL ARMOR LEVEL III+ FRONT PASSENGER DOOR FOR (2021+ FORD F-150) INCLUDES FREIGHT AND INSTALLATION.$1,855.00 F-SERIES PUSH BUMPERS TROY PRODUCTS TP PB-F150 TROY PRODUCTS Push-bumper uprights with solid top channel cover. $1,195.00 TP PB-F150-LB2 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-F150-LB4 TROY PRODUCTS Push-bumper uprights with two (2) light channel brackets and wire covers. Specify make & model of lights. $1,220.00 TP PB-LGH-BKT TROY PRODUCTS Push-bumper upright 45 degree light brackets to give side mounted lights more angel. (SOLD PER ONE EACH)$485.00 TP PB-UNIV TRAY TROY PRODUCTS Push-bumper uprights winch tray, accommodates up to 9,500 lbs.$530.00 WESTIN WEST FSERIES-PB Westin Elite push bumper for F-150 XL SSV 2021+.$310.00 WEST FSERIES-PB2L Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel (lights purchased separately).$1,100.00 WEST FSERIES-PB2L-PIT Westin Elite push bumper for F-150 XL SSV 2021+ with two light channel including pit bars with headlight wraps (lights purchased separately).$2,235.00 PROGARD PG FSERIES-PB Push Bumper - Pro-gard - Push Bumper - F150 Only $910.00 SETINA SET FSERIES-PB Setina push bumper, F150 ONLY.$995.00 SET FSERIES-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,630.00 SET FSERIES-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 920 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION F-SERIES WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 921 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 LAW ENFORCEMENT REAR W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 922 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 FIRE / EMS REAR W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 ARGES / HOWLER W ARGES1-F150-2 Dual Whelen Arges dedicated spot lamps with control head and F150 Utility specific driver and passenger Arges mounts. $2,125.00 W HOWLER-F150 Whelen low frequency supplemental siren, with F150 Utility mounting bracket.$985.00 W ARGES1-F150-1 Whelen Arges dedicated spot lamp with control head with F150 Utility specific Arges mount.$1,395.00 TRACERS W TRACER60-F150-RB (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/BLUE).$1,490.00 W TRACER60-DUO-F150- RBW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with F150 mounting brackets (RED/BLUE WITH OVERRIDE TO WHITE).$1,830.00 W TRACER60-F150-BW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (BLUE/WHITE).$1,490.00 W TRACER60-DUO-F150- BW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with F150 mounting brackets (BLUE/WHITE).$1,830.00 W TRACER60-F150-RW (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/WHITE).$1,490.00 W TRACER60-DUO-F150- RW (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with F150 mounting brackets (RED/WHITE).$1,830.00 W TRACER60-F150-RA (2) Whelen 60'' SOLO color Tracers (5 lamp housing) with F150 mounting brackets alternating (RED/AMBER).$1,490.00 W TRACER60-DUO-F150- RWA (2) Whelen 60'' DUAL color Tracers (5 lamp housing) with F150 mounting brackets (RED/AMBER WITH OVERRIDE TO WHITE).$1,830.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $3,740.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 923 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W EDGE2-ROT-F150- RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-F150-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-F150-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-F150- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-F150- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-F150- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- F150-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-F150- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-F150- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-F150- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,835.00 W LEGACY-C21B-DT- F150-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 LAW ENFORCEMENT UNMARKED PACKAGES W SLICK1-HH-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED/BLUE).$3,545.00 W SLICK1-ROT-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,365.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 924 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W SLICK1-21B-F150-RB Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE).$5,435.00 W SLICK1-HH-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (BLUE).$3,545.00 W SLICK1-ROT-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (BLUE).$5,365.00 W SLICK1-21B-F150-B Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE).$5,435.00 W SLICK2-HH-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-F150- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-F150-RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-DT-F150- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core S Rotary knob Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/BLUE FRONT WITH OVERRIDE TO WHITE AND RED/BLUE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-21B-DT-F150- RBWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, 16 output expansion module, external amplifier, (2) speakers, and mounting brackets (RED/WHITE FRONT WITH OVERRIDE TO WHITE AND RED/WHITE REAR WITH OVERRIDE TO AMBER). $5,525.00 W SLICK2-HH-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-F150-BWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (BLUE FRONT WITH OVERRIDE TO WHITE AND BLUE REAR WITH OVERRIDE TO AMBER). $4,705.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-F150-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-F150- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-F150- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-F150- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 925 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-CROT-DT- F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- F150-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT- F150-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 W LIBERTY-OPTI-C21B- DT-F150-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,245.00 FIRE / EMS UNMARKED PACKAGES W SLICK1-HH-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, HHS4200 combination light/siren Rotary knob Controller, speaker, and bracket (RED).$3,545.00 W SLICK1-ROT-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S Rotary Knob Controller, Sync Module, speaker, and bracket (RED).$5,365.00 W SLICK1-21B-F150-R Whelen XLP Front and RST Rear Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED).$5,435.00 W SLICK2-HH-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, takedown lights, mounting hardware, Core Hand Held Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-ROT-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core Rotary knob Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 W SLICK2-21B-F150-RWA Whelen FST Front DUO and RST Rear DUO Inner Edge interior visor lights with LED Modules, traffic advisor, mounting hardware, Core 21 Button Controller, Sync Module, speaker, and bracket (RED FRONT WITH OVERRIDE TO WHITE AND RED REAR WITH OVERRIDE TO AMBER). $4,705.00 F-SERIES TROY CONSOLE & CAGES CONSOLES TP FSERIES-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,030.00 TP FSERIES-CON16 TROY PRODUCTS 16'' F150 wide-body console with 7'' slope / 9' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & cutouts to relocate OEM outlets. (No floorplate needed.) $1,215.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 926 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP FSERIES-WBCON18- PRT TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level w/printer module in open storage area on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,530.00 TP FSERIES-WBCON20 TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. (No floorplate needed.) $1,330.00 TP FSERIES-WBCON20-FB TROY PRODUCTS 20'' F150 wide-body console with 7'' slope / 13'' level and open storage on side of console. Includes faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking lidded file box that bolts to the rear of wide-body console with large leather pad. (No floorplate needed.) $1,560.00 TP FSERIES-CON-OH TROY PRODUCTS 7" overhead console for remote-head components.$495.00 PARTITIONS TP FSERIES-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for F-Series pickups.$1,590.00 TP FSERIES-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for F-series pickups.$1,560.00 SEATS & CAGES TP FSERIES-SEAT TROY PRODUCTS plastic seat with Officer-Safe seatbelt system. Includes cab rear window screen.$3,540.00 TP FSERIES-1/2CAGE TROY PRODUCTS F-150 single cell transport system with removable center panel, seat storage box, electronics tray, cab window screen, and passenger side door panel & diamond pattern window screen. (Note: Requires removal of entire rear seat.)$5,615.00 TP FSERIES-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$615.00 TP FSERIES-DP-SET TROY PRODUCTS F-150 DRIVER AND PASSENGER DOOR PANEL SET.$395.00 TP F150 1/2CAGE OPTIONS TROY PRODUCTS F150 single-cell optional floor mount, 1 hinged lid storage box, 1 sliding drawer storage box for driver side.$2,280.00 COMPUTER STANDS TP FSERIES-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$690.00 TP FSERIES-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$810.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 FREE STANDING GUN MOUNT TP F150-GM-FREE TROY PRODUCTS free-standing dual-weapon gun mount for the F150 PPV/SSV, required for applications where a front partition is not present.$1,145.00 F-SERIES SETINA CONSOLE & CAGES PARTITIONS SET FSERIES-R-PART- 10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,710.00 SEATS & CAGES SET FSERIES-1/2CAGE Setina 6VS single prisoner transport cage, coated polycarbonate with OEM rear seat.$2,095.00 SET FSERIES-DOOR Setina door panels, F150 ONLY.$570.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 927 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SET FSERIES-SWB Setina HORIZONTAL window armor bars, F150 ONLY.$585.00 FREE STANDING GUN MOUNT SET FSERIES-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$620.00 GUN BOXES SET FSERIES-GBOX-US Setina under seat storage box, powder coated black.$1,360.00 F-SERIES PROGARD CONSOLE & CAGES PARTITIONS PG FSERIES-PART Pro-Gard poly prisoner cage with center slider window includes expanded metal insert and full extention panels (F150 ONLY)$1,730.00 SEATS & CAGES PG FSERIES-1/2CAGE Pro-Gard single compartment prisoner cage Pro-cell, ½ Partition with OEM rear seat.$2,780.00 PG FSERIES-DOOR Pro-Gard door panels, F150 ONLY.$385.00 PG FSERIES-SWB Pro-Gard window armor bars, F150 ONLY.$540.00 F-SERIES HAVIS CONSOLE & COMPUTER MOUNTS HAV FSERIES-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,010.00 HAV FSERIES-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$740.00 HAV FSERIES-CON18 Havis 18''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,085.00 HAV FSERIES-CON30 Havis 30''L x 10''H console with tunnel mount plate, (3) 12V outlets, (2) cupholders, armrest, and necessay blanks.$1,195.00 F-SERIES VAULT/GUN BOX TROY PRODUCTS TP FSERIES-USGB TROY PRODUCTS under seat flip up lid gun box with mounting brackets (fits under rear fold up seat).$1,125.00 FORD F-SERIES K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 928 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HAVIS MOUNTS HAV FSERIES-K9 Havis K9 Transport system powder coated white.$6,645.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 RAM BALLISTICS ANGEL ARMOR AA RAM-3A-D ANGEL ARMOR LEVEL IIIa FRONT DRIVER DOOR FOR (2019+RAM) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 AA RAM-3A-P ANGEL ARMOR LEVEL IIIa FRONT PASSENGER DOOR FOR (2019+RAM) INCLUDES FREIGHT AND INSTALLATION.$1,215.00 RAM PUSH BUMPERS PROGARD PG RAM-PB Pro-Gard push bumper.$975.00 SETINA SET RAM-PB Setina push bumper.$995.00 SET RAM-PB450L2 Setina lighted push bumper with (2) forward facing ION LED lights, installed.$1,630.00 SET RAM-PB450L4 Setina lighted push bumper with (2) forward facing LED lights & (2) side facing LED lights, installed.$1,915.00 RAM WHELEN LIGHTING LAW ENFORCEMENT FRONT W MCRN-2STUD-RB (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/BLUE).$440.00 W ION2-2PB-RBW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (ONE RED/WHITE & ONE BLUE/WHITE).$585.00 W TLI2-2FOG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2PB-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2GL-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (One RED/WHITE & One BLUE/WHITE).$440.00 W TLI2-4GL-RBW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (Two RED/WHITE & Two BLUE/WHITE).$900.00 W STRIPLT-DUO-2GL- RBW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (ONE RED/WHITE & ONE BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL- RBW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (Two RED/WHITE & Two BLUE/WHITE).$1,000.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 929 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W MCRN-2STUD-BW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (BLUE/WHITE).$440.00 W ION2-2PB-BW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (BLUE/WHITE).$455.00 W TLI2-2FOG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (BLUE/WHITE).$450.00 W TLI2-2PB-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (BLUE/WHITE).$450.00 W TLI2-2GL-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$450.00 W TLI2-4GL-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (BLUE/WHITE).$900.00 W STRIPLT-DUO-2GL-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$500.00 W STRIPLT-DUO-4GL-BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS FRONT W MCRN-2STUD-RW (2) Whelen Micron series light heads surface mount with stud mount installed in grille split (RED/WHITE).$440.00 W ION2-2PB-RW (2) Whelen ION DUAL color light heads mounted in push bumper light channel (RED/WHITE).$585.00 W TLI2-2PB-RW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to sides of push bumper (One RED/WHITE & One RED/WHITE).$450.00 W TLI2-2FOG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in the fog light position (RED/WHITE).$450.00 W TLI2-2GL-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$450.00 W TLI2-4GL-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted in grille (RED/WHITE).$900.00 W STRIPLT-DUO-2GL-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$500.00 W STRIPLT-DUO-4GL-RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in grille with L-brackets (RED/WHITE).$1,225.00 LAW ENFORCEMENT SIDE W TLI2-2RD-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/BLUE).$600.00 W TLI2-2RQG-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$480.00 W TLI2-4RQG-RB (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/BLUE).$965.00 W TLI2-4WW-RB (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/BLUE).$900.00 W STRIPLT-DUO-2RD-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-2RQG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$565.00 W STRIPLT-DUO-4RQG-RB (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/BLUE).$1,000.00 W TLI2-2RD-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (BLUE/WHITE).$545.00 W TLI2-2RQG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$480.00 W TLI2-4RQG-BW (4) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (BLUE/WHITE).$965.00 W TLI2-4WW-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RD-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (BLUE/WHITE).$565.00 W STRIPLT-DUO-2RQG- BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$565.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 930 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-4RQG- BW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (BLUE/WHITE).$1,000.00 FIRE / EMS SIDE W TLI2-2RD-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted in rear door glass with L-brackets (RED/WHITE).$545.00 W TLI2-2RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$480.00 W TLI2-4RQG-RW (2) Whelen ION T-Series DUAL color ultra thin light mounted rear quarter glass with L-brackets (RED/WHITE).$965.00 W TLI2-4WW-RW (4) Whelen ION T-Series DUAL color ultra thin light mounted (1) over each wheel well (RED/WHITE).$945.00 W STRIPLT-DUO-2RD-RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear door glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-2RQG- RW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$565.00 W STRIPLT-DUO-4RQG- RW (4) Whelen Strip-Light LED light duo color surface mount light heads mounted in rear quarter glass with L-brackets (RED/WHITE).$1,000.00 LAW ENFORCEMENT REAR W TLI2-2HATCH-RB (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/BLUE).$450.00 W TLI2-2LIC-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-2TAG-RBW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One BLUE/WHITE).$480.00 W TLI2-2GATE-RBW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One BLUE/WHITE).$450.00 W TLI2-4GATE-RB (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (RED/BLUE).$900.00 W STRIPLT-DUO-2RG-RB (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/BLUE).$565.00 W TLI2-2HATCH-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (BLUE/WHITE).$450.00 W TLI2-2LIC-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (BLUE/WHITE).$450.00 W TLI2-2TAG-BW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (BLUE/WHITE).$490.00 W TLI2-2GATE-BW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$450.00 W TLI2-4GATE-BW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (BLUE/WHITE).$900.00 W STRIPLT-DUO-2RG-BW (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (BLUE/WHITE).$565.00 FIRE / EMS REAR W TLI2-2HATCH-RA (2) Whelen ION T-Series DUAL color ultra thin light surface mounted under hatch to be seen when gate is raised (RED/AMBER).$450.00 W TLI2-2LIC-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted adjacent to license plate, vertically (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-2TAG-RAW (2) Whelen ION T-Series DUAL color ultra thin light mounted on a tag bracket (One RED/WHITE & One AMBER/WHITE).$490.00 W TLI2-2GATE-RAW (2) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (One RED/WHITE & One AMBER/WHITE).$450.00 W TLI2-4GATE-RAW (4) Whelen ION T-Series DUAL color ultra thin light surface mounted to tail gate (Two RED/WHITE & Two AMBER/WHITE).$900.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 931 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W STRIPLT-DUO-2RG-RA (2) Whelen Strip-Light LED light duo color surface mount light heads mounted in window glass facing aft with L-brackets (RED/AMBER).$565.00 LAW ENFORCEMENT LIGHT BAR PACKAGES W EDGE2-HH-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, HHS4200 light/siren controller, Hand Held Controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,480.00 W EDGE2-ROT-RAM- RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-RAM-RBWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-ROT-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S Rotary knob Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W EDGE2-21B-RAM-BWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-RAM- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-RAM- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-RAM- RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- RAM-RBWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED/BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CHH-RAM- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-RAM- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-RAM- BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 932 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION W LEGACY-C21B-DT- RAM-BWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (BLUE WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 FIRE / EMS LIGHT BAR PACKAGES W EDGE2-21B-RAM-RWA Whelen Edge 9X 54" lightbar with full duo LED Modules, traffic advisor, takedown lights, alley lights, mounting kit, Core S 21 Button Controller, Sync Module, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND RED REAR OVERRIDE TO AMBER). $4,740.00 W LEGACY-CHH-RAM- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Hand Held combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-RAM- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-C21B-RAM- RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, speaker, and bracket (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $4,575.00 W LEGACY-CROT-DT- RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-C21B-DT- RAM-RWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER). $5,395.00 W LEGACY-CROT-DT- RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LEGACY-C21B-DT- RAM-RGWA Whelen Legacy lightbar with full DUO LED Modules, built in SYNC module, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers wtih mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,395.00 W LIBERTY-OPTI-CROT- DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE Rotary Knob combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,525.00 W LIBERTY-OPTI-C21B- DT-RAM-RGWA Whelen Liberty 54" lightbar with full DUO LED Modules, built in OPTICOM emitter, traffic advisor, takedown lights, alley lights, mounting kit, CORE 21 Button combination light/siren controller, Sync Module, (1) expansion module, (1) external amplifier for dual tone siren, and (2) speakers with mounting brackets (RED WITH FRONT OVERRIDE TO WHITE AND REAR OVERRIDE TO AMBER & RED/GREEN CORNERS). $5,525.00 RAM TROY CONSOLE & CAGES CONSOLES TP RAM-CON14 TROY PRODUCTS 14''console with 7'' slope / 7'' level faceplate area. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 3'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,030.00 TP RAM-WBCON16 TROY PRODUCTS 16'' wide-body console with 8'' slope/8'' level faceplate area and open storage on side of console. Includes floorplate and faceplates, 4'' dual cup internal beverage holder, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & height adjustable swivel arm rest with 5''x8'' foam pad that bolts to the rear of console. $1,230.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 933 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION TP RAM-WBCON16-FB TROY PRODUCTS 16'' wide-body console with 8'' slope / 8'' level and open storage on side of console. Includes floorplate and faceplates, 4'' shallow console tray, (2) DC outlets & (1) dual-port USB module, & Locking Lidded file box that bolts to the rear of wide-body console with large leather pad. $1,430.00 PARTITIONS TP RAM-PART-FIX TROY PRODUCTS fixed window all polycarbonate partition with pre-punched holes and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,585.00 TP RAM-PART-SLIDE TROY PRODUCTS large window partition with sliding window, crawl-through barrier and weapon recess panel. Includes mounting kit & partition kick panels for RAM pickups.$1,555.00 SEATS & CAGES TP RAM-SWB TROY PRODUCTS driver & passenger side diamond-punched window guards WITH Rear window screen, diamond-punched.$605.00 COMPUTER STANDS TP RAM-COMP-SA TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with swing arm (DOCKING STATION NOT INCLUDED).$715.00 TP RAM-COMP-SL TROY PRODUCTS 2019 F-Series stand alone passenger seat mount computer stand with SLIDING arm (DOCKING STATION NOT INCLUDED).$850.00 TP COMP-UNIV-SA TROY PRODUCTS computer mount with easy one-handed operation and swing arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$480.00 TP COMP-UNIV-SL TROY PRODUCTS computer mount with easy one-handed operation and slide arm, bolts to troy console. (DOCKING STATION NOT INCLUDED).$625.00 RAM SETINA CONSOLE & CAGES PARTITIONS SET RAM-R-PART-10VS Setina 10VS C RESESSED panel prisoner cage with uncoated polycarbonate, vinyl coated expanded metal window security screen, and lower extension panels.$1,710.00 SEATS & CAGES SET RAM-1/2CAGE-CREW Setina 6VS single prisoner partition coated polycarbonate partition for RAM crew cab.$3,600.00 SET RAM-DOOR Setina door panels.$460.00 SET RAM-SWB-CREW Setina VS steel vertical crew cab window barrier compatible with stock door panels. $605.00 SET RAM-SWB-QUAD Setina VS steel vertical quad cab window barrier compatible with stock door panels. $605.00 FREE STANDING GUN MOUNT SET RAM-FREE Setina free standing gunlock kit, requires gun lock (purchased separately).$515.00 RAM PROGARD CONSOLE & CAGES PARTITIONS PG RAM-PART Pro-gard partition includes poly center slider window with expanded metal insert and lower extension panel.$1,730.00 SEATS & CAGES PG RAM-SWB Pro-Gard steel window bars (for use with O.E.M. door panels only).$520.00 RAM HAVIS CONSOLE & COMPUTER MOUNTS HAV RAM-CM-PREM Havis passenger seat mount computer mount stand, premium with slide feature. (cradle sold separately)$1,025.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 934 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION HAV RAM-CM-STD Havis passenger seat mount computer mount stand, standard. (cradle sold separately)$755.00 HAV RAM-CON22 Havis vehicle specific 22''L x 10''H console includes (2) 12V outlets, USB/AUX relocation plate, (1) built in accessory pocket, (2) cupholders, side mount arm rest, and necessary blanks.$1,235.00 RAM K9 AMERICAN ALUMINUM AA 1/3-2/3 American Aluminum 1/3 inmate & 2/3 K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$4,495.00 AA EZ RIDER American Aluminum Platform K9 system includes rubber mat, matte black powder coat & white interior cage light. Vehicle specific kennel manufacturered from heavy gauge aluminum designed for easy cleaning and officer comfort, installed.$3,955.00 AA R-DIVIDE American Aluminum removable divider for EZ RIDER platform.$1,360.00 AA RUBBER American Aluminum additional vehicle specific rubber mat (K9 systems include rubber mat).$215.00 AA WATER American Aluminum permanent mount spill resistant water dish with 1 gallon capacity.$185.00 AA CG-PLUS American Aluminum EZ COOL GUARD PLUS M910 includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard (Coolguard ONLY, this does not include the Rescue Door Opener) . $3,425.00 AA CG-PLUS-R American Aluminum EZ COOL GUARD PLUS M910 with RESCUE ADD ON includes: Cool Guard Plus only, Cool Guard Control Head (TS display), Paw Protect, (2) Temp Probes w/ temp and humidity, Pedestal kit, All associated wire harnesses for CGP, 30A Fuse and In-line Fuse Holder, Pager, Fan and Fan guard. $4,480.00 ACE K9 AK9 HA-2520 K9 HEAT ALARM® PRO temperature alarm system includes horn activation, siren activation, light activation and dual window drop. Includes no K9 left behind, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for heat alarm pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $3,215.00 AK9 HP-5020 Ace K9 K9 Hot-N-Pop® PRO temperature alarm & door opening system includes horn activation, siren activation, light activation, dual window drop and one door pop remote with holster. Includes no K9 left behins, engine stall sensor, optional 10'' fan with guard, smoke detector, and remote pager module for hot-n-pop pro, roof mount 10'' fiberglass mast antenna, NMO mount, coax cable, and coupler box. $4,065.00 AWD 7040 Upgrade to AceWatchDog™ for use with Pro Alarm Systems AceWatchDog™ Server Service is $168.00 Per Year and the First Year is Included with New Unit. More Info: www.acek9.com/awd.html (Must Complete End User Questionaire from ACE/K9 when placing order) $1,095.00 VEHICLE SPECIFIC LIGHTING AND EQUIPMENT 935 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION ACCESSORIES CAMERA OPTIONS LT CAMERA RELOCATE REMOVE CAMERA FROM TAILGATE AND INSTALL IN UTILITY BED BUMPER $375.00 LT CAMERA INSTALL INSTALL FACTORY ORDERED/OEM CAMERA IN REAR BUMPER IF EQUIPED $185.00 LT CAMERA-LG REMOVE / REINSTALL FACTORY CAMERA IN LIFT GATE.$385.00 LT REVERSE-LG REMOVE / RE-INSTALL FACTORY REVERSE SENSORS IN LIFT GATE $275.00 SPRAY LINER LT SOB SB89 SPRAY IN LINER IN CARGO AREA FOR 8' AND 9' BODY $930.00 LT SOB SB89 BT SPRAY LINER ON COMPARTMENT TOPS IN CONJUNCTION W/ CARGO AREA FOR 8' AND 9' BODY $365.00 LT SOB SB11 SPRAY IN LINER IN CARGO AREA FOR 11' BODY $1,180.00 LT SOB SB11 BT SPRAY LINER ON COMPARTMENT TOPS IN CONJUNCTION W/ CARGO AREA FOR 11' BODY $415.00 TRAILER ACCESSORIES LT 7/4 WIRE 7 way flat camper trailer wiring with 4 prong flat $120.00 LT CLV-FB Class V Hitch for Flat Bed $705.00 LT CLV-SB Class V Hitch for Service Body $705.00 UTILITY BODY ACCESSORIES LT FFK Knapheide Fuel Fill Kit for Ford bed removal applications.$465.00 LT PDL SB POWER DOOR LOCKS TIED TO OEM TRUCK KEYFOB $1,900.00 LT CTECH C TECH # 700104 5 DRAWER TOOL CHEST IN FRONT VERTICAL $1,975.00 LT AE6 AMERICAN EAGLE 6 DRAWER MECHANICS TOOLBOX # 24640 IN FRONT BIN $2,365.00 LT AE7 AMERICAN EAGLE 7 DRAWER MECHANICS TOOLBOX # 31850 IN FRONT BIN $2,490.00 LT COMP LT 89 LED STRIP LIGHT IN EACH COMPARTMENT TIED TO MASTER SWITCH IN CAB FOR 8' AND 9' BODY $845.00 LT COMP LT 11 LED STRIP LIGHT IN EACH COMPARTMENT TIED TO MASTER SWITCH IN CAB FOR 11' BODY $1,070.00 LT MLS-6 Master locking system 6-door bodies $915.00 LT MLS-8 Master locking system 8-door bodies $1,130.00 TOOL BOXES & STORAGE LT BOX36-UB Underbody 36X18X18 steel tool box, bolted under flat bed.$570.00 LT BOX48-UB Underbody 48X18X18 steel tool box, bolted under flat bed.$665.00 RACKS LT LADDER RACK HOLMAN BLACK ROUND TUBE STYLE OVER THE CAB LADDER RACK $2,240.00 LT RATCHET 4 FIXED RATCHET STRAPS FOR LADDER RACK $365.00 AMBER LIGHTING LT 4 CORNERS AW AMBER/WHITE STROBE LIGHT SYSTEM, 2-FRONT GRILLE, 2-REAR $980.00 LEE TRANS EQUIPMENT 936 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION LIFT GATES LT LG13-2PC-PU Maxon C2-60-1342 TP38 1300 lb capacity pick up truck liftgate 55'' x 38''+ 4'' 2- PC (includes credit for tailgate & duplicate STT lights).$4,550.00 LT LG13-2PC-SB Maxon C2-54-1342 TP38 1300 lb capacity service body lift gate 49'' x 38''+ 4'' 2- PC (includes duplicate STT lights).$5,145.00 LT LG16-ST41-RG Maxon C2-92-1650 TP41 1600 lb flat bed, stake and van body lift gate 87'' x 41''+ 6'' (includes duplicate STT lights).$5,510.00 FLATBEDS, STAKE SIDES, AND HOISTS LT PVMXS-95 Knapheide 9' DRW flat bed with smooth steel floor, integrated stake pockets for sides and rear, HD weld on headboard with window and screen, mud flaps, lights, gloss black finish req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $6,700.00 LT STAKE SIDES 9'ADD stake sides to 9' flatbed $2,740.00 LT E/H HOIST ADD electric/hydraulic hoist (no pto) single cylinder scissors hoist to 9' - 10' flatbed.$9,375.00 LT FLAT12 Knapheide 12' DRW flat bed with smooth steel floor, integrated stake pockets for sides and rear, HD weld on headboard with window and screen, mud flaps, lights, gloss black finish req's 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.) $7,310.00 LT STAKE SIDES 12'ADD stake sides to 12' flatbed $3,615.00 UTILITY BODIES 6.5' SINGLE REAR WHEEL LT 682 Knapheide 6.5' utility body for Silverado with 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,945.00 LT 682F Knapheide 6.5' flip top utility body for Silverado 41'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,165.00 8' SINGLE REAR WHEEL LT 696 Knapheide 8' SRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$11,945.00 LT 696F Knapheide 8' SRW flip top utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,165.00 8' DUAL REAR WHEEL LT 696D54 Knapheide 8' DRW utility body for 56'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$13,040.00 LT 696D54F Knapheide 8' DRW flip top utility body for 56'' CA $14,605.00 9' DUAL REAR WHEEL LT 6108D Knapheide 9' DRW utility body for 60'' CA (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,010.00 LT 6108D54 Knapheide 9' DRW Wide utility body 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$14,010.00 LT 6108D54F Knapheide 9' DRW Wide utility body with Flip Tops 54'' Load Floor for 60'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,445.00 11' DUAL REAR WHEEL LT 6132D54 Knapheide 11' DRW Wide utility body 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$16,460.00 LT 6132D54F Knapheide 11' DRW Wide utility body with Flip Tops 54'' Load Floor for 84'' CA (GMC/CHEVY Req's GTY) (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$18,275.00 LEE TRANS EQUIPMENT 937 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION COVERED UTILITY BODIES 8' SINGLE REAR WHEEL LT KC96U1478 KNAPHEIDE 8' SRW Enclosed Body, 97.25'' Length, 62'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 44.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,485.00 LT KC96L1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 68'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$20,730.00 LT KC96M1478 KNAPHEIDE 8' SRW Enclosed body, 97.25'' Length, 78'' Height, 14.5'' Deep Compts, 44.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$21,050.00 9' DUAL REAR WHEEL LT KC108L2094 KNAPHEIDE 9' DRW Enclosed Body 107.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,315.00 LT KC108M2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$22,795.00 LT KC108H2094 KNAPHEIDE 9' DRW Enclosed body, 107.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$23,160.00 11' DUAL REAR WHEEL LT KC132L2094 KNAPHEIDE 11' DRW Enclosed Body, 133.25'' Length, 68'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 50.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,390.00 LT KC132M2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 78'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 60.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$24,880.00 LT KC132H2094 KNAPHEIDE 11' DRW Enclosed body, 133.25'' Length, 90'' Height, 20'' Deep Compts, 49.5'' Wide Rear Door, 72.5'' Interior Height (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$26,185.00 GOOSENECK PLATFORM BODIES 9' DUAL REAR WHEEL LT PGTB-96 Knapheide 9' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$8,530.00 LT PGTD-94 Knapheide 9' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$15,850.00 11' DUAL REAR WHEEL LT PGTB-116 Knapheide 11' gooseneck body wih rear hitch, two plugs, and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.)$9,130.00 LT PGTD-114 Knapheide 11' goseneck body with rear hitch, two plugs, under body boxes and tall front compartments and cab shield tail lights (Includes 2nd Stage MSO, Weight Slip, & Completed Vehicle Certification.$17,070.00 LEE TRANS EQUIPMENT 938 Ashlee.Wilson@AlanJay.com Christy.Self@AlanJay.com Matt.Forte@AlanJay.com 863-402-4234 ALL PRICES INCLUDE FREIGHT AND INSTALLATION SPRAY LINER HD SOB SH - LINEX Linex HD spray on bed liner installed on short bed pickups.$740.00 HD SOB LG - LINEX Linex HD spray on bed liner installed on Long bed pickups.$720.00 SEAT UPGRADE UC BASIC FLEX CRW Undercover basic Flex crew cab pickup seat cover, installed.$1,500.00 UC ULTRA FLEX CRW Undercover basic Flex crew cab pickup seat cover, installed $1,690.00 LINEX NASHVILLE 939 940 941 942 943 944 945 946 947 948 949 950 951 952 953 954 955 956 October 18, 2021 Recommendation of Award Request for Proposal (RFP) 096-21-KM Municipal Vehicles Cars, Vans, SUV’s and Light Trucks Purchasing Agent: Keith Milton – Keith.Milton@talgov.com As to the above referenced solicitation, the City of Tallahassee intends to award contracts to the following Vendors: 1.) Alan Jay Automotive Network – 52.32 2.) Beck Automotive Group – 48.54 3.) Dale Earnhardt Chevrolet – 44.28 4.) Tallahassee Ford Lincoln – 33.54 957 958 959 960 961 962 963 964 965 966 967 968 969 970 971 972 973 974 Home /Business Operations /State Purchasing /State Contracts and Agreements /State Term Contract /Motor Vehicles Motor Vehicles 25100000-23-STC Effective Period 05/17/2023 through 05/16/2025 Contract Type State Term Contract Contract Information Contractors Pricing How to Use This Contract [334.0 kB] Service Updates Solicitation Documentation Award Contract Documents Contracts Forms Contract Administration Christopher McMullen 850-922-9867 christopher.mcmullen@dms.fl.gov Commodity Codes Please refer to "How to Use This Contract" in the Contract Information section above. Additional Information Please note that due to limited production capacity, some vehicle manufacturers are requiring additional confirmation for fleet orders.  975 Vendors may be requesting signed PO’s or other order confirmation forms in order to secure production scheduling from the manufacturers.  Please contact the DMS contract manager if you have questions. STATE AGENCIES: In accordance with 60A-1.043 (5), F.A.C., For the purchase of non-IT Commodities, Agencies shall request at least two (2) quotes from Enterprise-Wide Agreements with multiple vendors unless (I) the total purchase cost is less than Category Two, or (ii) the Enterprise-Wide Agreement requires a specific number of quotes to be requested or obtained. Agencies shall document the justification for any selection based on receipt of fewer than two quotes. Description This state term contract provides law enforcement vehicles, sedans and hatchbacks, minivans and vans, sport utility vehicles, light duty trucks, medium duty trucks, and low speed vehicles; contractors may also offer Options, OEM or Non-OEM, for specific models, as indicated on the Cost Sheets. Please note that, the Contractor must provide a quote using the approved Price Quote Form within two business days for Motor Vehicles and Options purchased under this Contract and all charges, including labor and installation, shall be itemized separately. The Contractor will provide the price available at the time of the PQF using the latest information available from the manufacturer at the time and considering Options or other additions to meet the Model and Options requested. The Cost Plus percentage must be equal to or less than the Cost Plus percentage shown on the awarded Cost Sheet and it must be applied to the Model and Options. The formulas have been prepopulated into the form. The PQF and an example is available in the Forms section of this webpage. Document reader download links: Adobe PDF Reader 976 Agency Information Open Government DMS Leadership Frequently Asked Questions Agency Organization Terms and Conditions Privacy Statement Accessibility Statement Copyright ©2024 Department of Management Services - State of Florida 977 City of Boynton Beach Agenda Item Request Form 7.B Consent Bids and Purchases over $100,000 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-312- Award of Invitation for Bid No. WH24-079 for the Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies to the Parts House, Vehicle Maintenance Program, and Advance Stores Company, Inc. with an annual expenditure not to exceed $200,000 for each vendor per year. Requested Action: Staff recommends approval of Proposed Resolution No. R24-312. Explanation of Request: On October 22, 2024, Materials and Distribution received and tabulated four (4) proposals for Aftermarket Parts, Accessories, and Supplies. The Division Director reviewed all proposals. The bid is based on a discount percentage for parts. Ordering will be on an as-needed basis. Due to the wide variety of parts available, it was determined to recommend this award to the top three (3) vendors in order to utilize the discounts to obtain the lowest possible cost and to take advantage of the wider availability of supplies. The top three (3) vendors were determined by utilizing the evaluation forms, which contain current pricing provided by the vendors on five common-use items. Awarded Vendors The Parts House 50% Discount Vehicle Maintenance Program 60% Discount Advance Stores Company 35% off list - Tools and Equipment 67% off list - Filters 50% off list - All other Automotive Supplies This will be a five (5) year contract with three (3) one-year renewal options. How will this affect city programs or services? The purpose of this bid is to secure a source of supply for the purchase of aftermarket parts for the City's Fleet. All orders are on an 978 as needed basis with high usage items being stocked at the City's Warehouse. Fiscal Impact: Funds are budgeted and available for account 502-0000-141-0100 for the amount of $200,000. Attachments: R24-312 Agenda Item 2371-2023 ITB WH24-079 Award.pdf Exhibit A to Resolution - Advance Auto Contract Signed by Vendor.pdf Exhibit B to Resolution - The Parts House Contract Signed by Vendor.pdf Exhibit C to Resolution - VMP Contract Signed By Vendor.pdf Tabulation Sheet.pdf 979 RESOLUTION NO. R24-312 1 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, AWARDING INVITATION TO BID NO. WH24-079 4 FOR ANNUAL SUPPLY OF AFTERMARKET AUTOMOTIVE PARTS, 5 ACCESSORIES, AND SUPPLIES TO ADVANCED STORES COMPANY, 6 INC., THE PARTS HOUSE, AND VEHICLE MAINTENANCE PROGRAM; 7 APPROVING AGREEMENTS BETWEEN THE CITY AND THE AWARDED 8 VENDOR; AND FOR ALL OTHER PURPOSES. 9 10 WHEREAS, On October 22, 2024, the Materials and Distribution Division received and 11 tabulated four (4) proposals for Invitation to Bid No. WH24-079 for Annual Supply of Aftermarket 12 Automotive Parts, Accessories, and Supplies; and 13 WHEREAS, the division Director reviewed all proposals. The bid is based on a discount 14 percentage for parts. Ordering will be on an as-needed basis; and 15 WHEREAS, due to the wide variety of parts available, it was determined to recommend 16 this award to the top three (3) vendors in order to utilize the discounts to obtain the lowest 17 possible cost and take advantage of the wider availability of supplies; and 18 WHEREAS, the top three (3) vendors were determined by utilizing the evaluation forms, 19 which contain current pricing provided by the vendors on five common-use items; and 20 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 21 best interests of the city's citizens and residents to award an Invitation to Bid No. WH24-079 for 22 Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies to Advanced Stores 23 Company, Inc., The Parts House, and Vehicle Maintenance Program, and approve Agreements 24 between the City and the awarded Vendor. 25 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 27 BEACH, FLORIDA, THAT: 28 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 29 being true and correct and are hereby made a specific part of this Resolution upon adoption. 30 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby 31 award an Invitation to Bid No. WH24-079 for Annual Supply of Aftermarket Automotive Parts, 32 Accessories, and Supplies to Advanced Stores Company, Inc., The Parts House, and Vehicle 33 980 Maintenance Program. 34 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby 35 approve an Agreement between Advanced Stores Company, Inc., and the City for Invitation to Bid 36 No. WH24-079 for Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies with 37 an annual expenditure not to exceed $200,000 (the “Agreement”), in form and substance similar 38 to that attached as Exhibit A. 39 SECTION 4. The City Commission of the City of Boynton Beach, Florida, does hereby 40 approve an Agreement between The Parts House and the City for Invitation to Bid No. WH24-079 41 for Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies with an annual 42 expenditure not to exceed $200,000 (the “Agreement”), in form and substance similar to that 43 attached as Exhibit B. 44 SECTION 5. The City Commission of the City of Boynton Beach, Florida, does hereby 45 approve an Agreement between Vehicle Maintenance Program and the City for Invitation to Bid 46 No. WH24-079 for Annual Supply of Aftermarket Automotive Parts, Accessories, and Supplies with 47 an annual expenditure not to exceed $200,000 (the “Agreement”), in form and substance similar 48 to that attached as Exhibit C. 49 SECTION 6. The City Commission of the City of Boynton Beach, Florida, hereby 50 authorizes the Mayor to execute the Agreements. The Mayor is further authorized to execute any 51 ancillary documents required under the Agreements or necessary to accomplish the purposes of 52 the Agreements and this Resolution. 53 SECTION 7. The City Clerk shall retain the fully executed Agreements as a public record 54 of the City. A copy of the fully executed Agreements shall be provided to Michael Dauta to 55 forward to the Vendors. 56 SECTION 8. This Resolution shall take effect in accordance with law. 57 [signatures on the following page] 58 59 981 PASSED AND ADOPTED this ______________ day of ______________________________ 2024. 60 CITY OF BOYNTON BEACH, FLORIDA 61 YES NO 62 Mayor – Ty Penserga _____ _____ 63 64 Vice Mayor – Aimee Kelley _____ _____ 65 66 Commissioner – Angela Cruz _____ _____ 67 68 Commissioner – Woodrow L. Hay _____ _____ 69 70 Commissioner – Thomas Turkin _____ _____ 71 72 VOTE ______ 73 ATTEST: 74 75 _____________________________ ______________________________ 76 Maylee De Jesús, MPA, MMC Ty Penserga 77 City Clerk Mayor 78 79 APPROVED AS TO FORM: 80 (Corporate Seal) 81 82 _______________________________ 83 Shawna G. Lamb 84 City Attorney 85 982 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as “the City”, and Advance Stores Company, Incorporated, hereinafter referred to as “Vendor”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide aftermarket automotive parts, accessories and supplies. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit “A” Scope of Services attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. The terms and conditions of Bid No. WH24-079 and Vendor’s bid are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, Bid No. WH24-079, and Vendor’s bid, shall be resolved pursuant to the following order of precedence (1) this Agreement, (2) Bid No. WH24-079; and 3. Vendor’s bid. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial term of the contract shall be for five (5) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for three (3) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. Price increases will be subject to the City’s approval at one (1) year renewals. Any requested price adjustment shall be fully documented and submitted to the City for consideration at least 60 calendar days prior to the respective term anniversary date. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The price increase percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. Any approved price adjustments shall become effective on the beginning date of the approved bid extension. Such renewals are only effective and valid if in writing and executed by each parties’ authorized representative. 5. PAYMENT. The Vendor shall be paid by the City for completed work and for services rendered under this Agreement in accordance with Exhibit “B” Schedule of Prices attached hereto and incorporated herein by reference, as follows: a.The annual amount not to exceed $200,000.00 for a total contract amount not to exceed $1,000,000.00 over the total term of the Agreement, inclusive of all renewals. b.Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee, and approved by the City Commission as required. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. 983 d.Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e.Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. f.The Vendor’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. g.All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications, and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference, and use in connection with Vendor’s endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, liability, damages, or any portion thereof, including attorney fees and costs, which the City or its officers, employees, or agents may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the Vendor, its employees, agents, partners, principals or subcontractors. The Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive City’s rights and immunities under the common law or §768.28, Fla. Stat., as may be amended from time to time. 9. INSURANCE. During the performance of the Work under this Agreement, Vendor shall maintain the following insurance policies, and provide originals or certified copies of all policies to City’s Risk Management. All polices shall be written by an insurance company authorized to do business in Florida. Vendor shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any Work pursuant to this Agreement: i. Worker’s Compensation Insurance: The Vendor shall procure and maintain for the life of this Agreement, Worker’s Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer’s Liability 984 with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker’s Compensation and Employer’s Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The Vendor shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an “Occurrence” basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, “Indemnification” of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. Vendor shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30)days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 985 15. TERMINATION. a.Termination for Convenience. This Agreement may be terminated by the City for convenience, upon fourteen (14) business days of written notice by the City to the Vendor in which event the Vendor shall be paid its compensation for services performed through the termination date, including services reasonably related to termination. In the event that the Vendor abandons this Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. b.Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within thirty (30) calendar days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by City for reasons including, but not limited to, Vendor’s failure to suitably or continuously perform the services in a manner calculated to meet or accomplish the objectives in this Agreement, or repeated submission (whether negligent or intentional) for payment of false or incorrect bills or invoices. c. In the event of the death of a member, partner, or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. d. Notice of termination shall be provided in accordance with the “Notices” section of this Agreement. e. In addition to any termination rights stated in this Agreement, City shall be entitled to seek any and all available contractual or other remedies available at law or in equity including recovery of costs incurred by City due to Vendor’s failure to comply with any term(s) of this Agreement. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Dan Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: 986 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Vendor and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both City and Vendor. 19.PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Maylee DeJesus, CITY CLERK 100 E OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 DEJESUSM@BBFL.US 987 20.SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21.EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. 22.UNCONTROLLABLE FORCES. A. Neither the City nor Vendor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term “Uncontrollable Forces” shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. B. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 23.E-VERIFY. Vendor is used interchangeably with Contractor throughout this Section. Vendor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. “Contractor” includes, but is not limited to, a vendor or consultant. 988 ii. “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. “E-Verify system” means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; ii. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 24. MISCELLANEOUS. A.No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, money that may become due and money that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B.City and Vendor each bind itself, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in this 989 Agreement. C.In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D.At all times during the performance of this Agreement, Vendor shall protect City's property from all damage whatsoever on account of the work being carried on under this Agreement. E.It shall be the Vendor’s responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. F.Public Entity Crimes Act: Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Vendor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. G.Anti-Human Trafficking: On or before the Effective Date of the Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. H.Sovereign Immunity: Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. I.Countries of Concern: Vendor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. J.This Agreement represents the entire and integrated agreement between City and Vendor and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement is intended by the parties hereto to be final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation and the Vendor’s bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both City and Vendor. (Signatures on Following Page) 990 991 City of Boynton Beach EXHIBIT A SCOPE OF SERVICES Vendor will provide aftermarket parts for fleet vehicles and equipment on an as-needed basis for the City of Boynton Beach, Florida. Specific items will be selected and ordered via purchase order. 992 EXHIBIT B SCHEDULE OF PRICES 35% off list - Tools and Equipment 67% off list - filters 50% off list - all other automotive supplies 993 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of “B+” or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Other - As Risk Identified to be determined ---------------------------------------------------------------- 994 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as “the City”, and The Parts House, hereinafter referred to as “Vendor”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide aftermarket automotive parts, accessories and supplies. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit “A” Scope of Services attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. The terms and conditions of Bid No. WH24-079 and Vendor’s bid are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, Bid No. WH24-079, and Vendor’s bid, shall be resolved pursuant to the following order of precedence (1) this Agreement, (2) Bid No. WH24-079; and 3. Vendor’s bid. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial term of the contract shall be for five (5) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for three (3) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. Price increases will be subject to the City’s approval at one (1) year renewals. Any requested price adjustment shall be fully documented and submitted to the City for consideration at least 60 calendar days prior to the respective term anniversary date. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The price increase percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. Any approved price adjustments shall become effective on the beginning date of the approved bid extension. Such renewals are only effective and valid if in writing and executed by each parties’ authorized representative. 5. PAYMENT. The Vendor shall be paid by the City for completed work and for services rendered under this Agreement in accordance with Exhibit “B” Schedule of Prices attached hereto and incorporated herein by reference, as follows: a. The annual amount not to exceed $200,000.00 for a total contract amount not to exceed $1,000,000.00 over the total term of the Agreement, inclusive of all renewals. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee, and approved by the City Commission as required. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9951099 d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. f. The Vendor’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. g. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications, and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference, and use in connection with Vendor’s endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, liability, damages, or any portion thereof, including attorney fees and costs, which the City or its officers, employees, or agents may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the Vendor, its employees, agents, partners, principals or subcontractors. The Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive City’s rights and immunities under the common law or §768.28, Fla. Stat., as may be amended from time to time. 9. INSURANCE. During the performance of the Work under this Agreement, Vendor shall maintain the following insurance policies, and provide originals or certified copies of all policies to City’s Risk Management. All polices shall be written by an insurance company authorized to do business in Florida. Vendor shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any Work pursuant to this Agreement: i. Worker’s Compensation Insurance: The Vendor shall procure and maintain for the life of this Agreement, Worker’s Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer’s Liability Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9961100 with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker’s Compensation and Employer’s Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The Vendor shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an “Occurrence” basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, “Indemnification” of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. Vendor shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9971101 15. TERMINATION. a. Termination for Convenience. This Agreement may be terminated by the City for convenience, upon fourteen (14) business days of written notice by the City to the Vendor in which event the Vendor shall be paid its compensation for services performed through the termination date, including services reasonably related to termination. In the event that the Vendor abandons this Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. b. Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within thirty (30) calendar days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by City for reasons including, but not limited to, Vendor’s failure to suitably or continuously perform the services in a manner calculated to meet or accomplish the objectives in this Agreement, or repeated submission (whether negligent or intentional) for payment of false or incorrect bills or invoices. c. In the event of the death of a member, partner, or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. d. Notice of termination shall be provided in accordance with the “Notices” section of this Agreement. e. In addition to any termination rights stated in this Agreement, City shall be entitled to seek any and all available contractual or other remedies available at law or in equity including recovery of costs incurred by City due to Vendor’s failure to comply with any term(s) of this Agreement. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Dan Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9981102 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Vendor and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both City and Vendor. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Maylee DeJesus, CITY CLERK 100 E OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 DEJESUSM@BBFL.US Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9991103 20. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21. EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. 22. UNCONTROLLABLE FORCES. A. Neither the City nor Vendor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term “Uncontrollable Forces” shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. B. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 23. E-VERIFY. Vendor is used interchangeably with Contractor throughout this Section. Vendor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. “Contractor” includes, but is not limited to, a vendor or consultant. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10001104 ii. “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. “E-Verify system” means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; ii. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 24. MISCELLANEOUS. A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, money that may become due and money that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B. City and Vendor each bind itself, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in this Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10011105 Agreement. C. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D. At all times during the performance of this Agreement, Vendor shall protect City's property from all damage whatsoever on account of the work being carried on under this Agreement. E. It shall be the Vendor’s responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. F. Public Entity Crimes Act: Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Vendor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. G. Anti-Human Trafficking: On or before the Effective Date of the Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. H. Sovereign Immunity: Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. I. Countries of Concern: Vendor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. J. Services Provided in Response to Natural Disaster / Emergency. Vendor provides services that the City may require in the event of a hurricane or other disaster. Vendor acknowledges and agrees that in such event, the City may apply to the State of Florida or the federal government for funds which will be used to pay Vendor or reimburse the City for payments made to Vendor. FEMA will only consider reimbursing contracts which contain the requisite FEMA provisions. Vendor desires to be eligible to be awarded disaster work and be compensated through federal funds. The City and Vendor agree that with respect to any services or work performed or provided by Vendor or its subcontractors under the Agreement arising or related to a disaster event, the provisions set forth in the FEMA Addendum (the “FEMA Requirements”), a copy of which is attached hereto and incorporated herein by reference, shall apply. The FEMA Requirements shall only modify this Agreement upon the provision by Vendor of work or services required as a result of a disaster. The terms and conditions of the Agreement and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Agreement and the FEMA Requirements, the FEMA Requirements shall govern and prevail. K. This Agreement represents the entire and integrated agreement between City and Vendor and supersedes all prior negotiations, representations, or agreements, either written or Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10021106 oral. This Agreement is intended by the parties hereto to be final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation and the Vendor’s bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both City and Vendor. (Signatures on Following Page) Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10031107 DATED this _____ day of ________________________________________, 20____. CITY OF BOYNTON BEACH __________________________________ Ty Penserga, Mayor Attest/Authenticated: _________________________________ Maylee DeJesus, City Clerk Approved as to Form: _________________________________ Shawna Lamb, City Attorney Signature of Authorized Official __________________________________ Printed Name of Authorized Official __________________________________ Title (Corporate Seal) Attest/Authenticated: __________________________________ Secretary Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F Michael R Odell President & CEO 10041108 City of Boynton Beach EXHIBIT A SCOPE OF SERVICES Vendor will provide aftermarket parts for fleet vehicles and equipment on an as-needed basis for the City of Boynton Beach, Florida. Specific items will be selected and ordered via purchase order. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10051109 EXHIBIT B SCHEDULE OF PRICES 50% Discount on all parts Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10061110 Exhibit C FEMA Requirements Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10071111 FEMA REQUIREMENTS The FEMA Requirements shall only modify the Contract upon the provision by the Contractor of work or services required as a result of a disaster. The term "Contractor", as used throughout shall mean the Contractor, Provider, Consultant, Supplier, etc., as applicable with respect to the Contract or Agreement. The term "Contract" as used throughout shall mean the underlying contract or agreement, as applicable. FEMA Requirements. The City and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event, the provisions set forth in this Addendum (including Form FHWA-1273) (collectively, the "FEMA Requirements") shall apply. The FEMA Requirements shall only modify the Contract upon the provision by Contractor of work or services required as a result of a disaster. The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Contract and the FEMA Requirements, the FEMA Requirements shall govern and prevail. A. Contracts to receive funding derived from federal grants must comply with federal guidelines. The federal funds appropriated by the Federal Emergency Management Agency (FEMA) will be administered through the State of Florida. B. In the event of a conflict between the FEMA Requirements listed in this section and other provisions of the Contract, the FEMA Requirements will govern and prevail. Only FEMA provisions applicable to the Contract shall apply. C. Payment. Payment shall be based on the unit rates/prices pursuant to the Contract Fee Schedule. The contractor shall submit invoices covering no more than a 30-day period. D. Remedies. (1) Legal Remedies. The city may enforce any breach of contract through a city-initiated lawsuit in a court of competent jurisdiction to pursue temporary or permanent injunctive relief or any other legal or equitable remedy authorized by law to cure, remove, prevent, or end a violation of any provision of this article. The City shall recover its court costs and reasonable attorneys' fees in any legal proceedings commenced to enforce the contract. (2) Additional Remedies. In addition to any other remedies provided for in the contract or to which the City may be entitled at law or in equity, in the event of a breach or violation of the Contract by the Contractor, the Contractor shall be subject to debarment or suspension from consideration for the award of additional contracts from the City, including but not limited to contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in the City Code. These remedies are cumulative and the use of any appropriate remedy shall not constitute an election of other remedies by the City. The use of one remedy shall not preclude the use of any other remedy. Nothing in this article shall prohibit the City from enforcing the requirements of this article by any other legal means. E. Termination for Cause. The City shall have the right to terminate the Contract for cause, in the event of a breach of the contract terms, upon five (5)-calendar days written notice to Contractor. In the event of termination, the City shall compensate the Provider for all authorized services or work satisfactorily performed through the termination date under the payment terms contained in the Contract. The City shall be liable for the payment of all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. F. Termination for Convenience. The City may terminate this Contract at its convenience with or Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10081112 without cause upon written notice of termination to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. G. Changes to Contract. Changes to the Contract terms and conditions which are within the scope of the Contract, reasonable for completion of the contract scope, allowable under FEMA regulations, and mutually agreed, may be made part of the Contract by written amendment duly executed by City and Contractor. H. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts) During the performance of this Contract, the Contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10091113 contract or with any of the said rules, regulations, or orders, his contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings I. Civil Rights (Applicable to All FEMA Contracts) The following requirements will apply to the Contract and any sub-contracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 19671 as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation, telecommunications and government services. J. Davis Bacon Act and Copeland Anti-Kickback Act Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10101114 (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000. Not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program; Davis Bacon Act--40 USC s. 3141-3144 and 3146-3148, 2 CFR Part 200, Appendix II; Copeland Anti-Kickback Act--40 USC s. 3145). In situations where the Davis-Bacon Act does not apply, neither does the Copeland Anti-Kickback Act. Compliance with Davis Bacon Act (if applicable) (1) The Contractor agrees to comply with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146- 3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. (2) The Contractor agrees to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. (3) The Contractors will pay wages not less than once a week. Compliance with Copeland Anti-Kickback Act (1) Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. K. Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of $100,000 that involve the employment of mechanics or laborers; 29 CFR Part 5; 2 CFR Part 22, Appendix JI, E) (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. U. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10111115 any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. L. Rights to Inventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement". Does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix II, F). The contractor acknowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. M. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of $150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. N. Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180; 2 CFR Part 3000) a. By signing this Addendum, the Contractor is providing the certification set out Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10121116 below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the Contractor to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). e. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. f. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State, and the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. g. The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. O. Certification Regarding Use of Contract Funds for Lobbying - Byrd Anti-Lobbying (Byrd Anti-Lobbying (31 USC s. 1352)--Applicable to contracts in excess of $100,000. 2 CFR Part 200, Appendix II) Contractors with contracts of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the City who in turn will forward the certification(s) to FEMA. (1) The Contractor certifies, by signing this Addendum, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10131117 b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. d. The Contractor also agrees that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such recipients shall certify and disclose accordingly. e. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. P. Procurement of Recovered Materials (Applicable to all FEMA contracts, 42 USC s. 6962; 2 CFR Part 200, Appendix II, K; 2 CFR s. 200.322) (1) In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. (2) Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program, (3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Q. Compliance with Federal Law. Regulations, and Executive Orders (Applicable to all FEMA contracts) This is an acknowledgment that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply with all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives as applicable, including but not limited to: a. The Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, 42 USC Sec. 5121, et. seq. b. Resource Conservation and Recovery Act c. National Historic Preservation Act d. Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act R. Compliance with State and Federal Reporting Requirements. The contractor and its Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10141118 subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. S. Immigration and Naturalization Act. (Applicable to all FEMA contracts} Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a(e} [§274A(a)(1) and (e)] of the Immigration and Nationality Act] and such employment of unauthorized aliens shall be grounds for unilateral termination of the Contract/Agreement. T. Indemnity of Funding Entities. (Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration), and the City and their officers, agents, employees, and elected officials from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees, and subcontractors' acts or omissions associated with this Contract. U. Performance and Payment Bonds. (Applicable to all FEMA Construction Contracts} If not already required under the Contract, and if requested by the City, the Contractor shall, prior to the commencement of operations, furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida, in the amount of the estimated contract value, which bond shall be conditioned upon the successful completion of all work, labor, services, and materials to be provided and furnished under the contract and the payment of all subcontractors, materials, and laborers. Said bonds shall be subject to approval by the City. V. Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles, materials, and supplies which are acquired for public use under this Contract have been produced in the United States as required by 41 USC §10a, unless it would not be in the public interest or unreasonable in cost. W. Access to Records (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) (1) The Contractor agrees to provide the City, State, FEMA, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) The Contractor agrees to maintain all books, records, accounts and reports required under the Contract for a period of not less than three (3) years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising from the performance of the Contract, in which case Contractor agrees to maintain same until the Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10151119 City, the State, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. (5) In compliance with the Disaster Recovery Act of 2018, the City and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. X. DHS Seal. Logo and Flags (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) The Contractor shall not use the OHS seal(s), logos, crests or reproductions of flags or likenesses of OHS agency officials without specific FEMA approval. Y. Fraud and False or Fraudulent or Related Acts (Applicable to all FEMA contracts) The Contractor acknowledges that 31 USC Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract. Z. No Obligation bv the Federal Government (Applicable to all FEMA contracts) The Federal Government or FEMA is not a party to the Contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the contract. AA. Subcontracts. (Applicable to all FEMA contracts) To the extent applicable, the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10161120 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of “B+” or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Other - As Risk Identified to be determined ---------------------------------------------------------------- Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10171121 Certificate Of Completion Envelope Id: 07DD67539AFB4F0E97806F93E1EA8A0F Status: Completed Subject: Complete with Docusign: The Parts House Contract.pdf Website: Source Envelope: Document Pages: 23 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Delmy Rodriguez AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 15701 Northwest Freeway Houston, TX 77040 Delmy.Rodriguez@xlparts.com IP Address: 76.142.1.90 Record Tracking Status: Original 11/13/2024 2:45:54 PM Holder: Delmy Rodriguez Delmy.Rodriguez@xlparts.com Location: DocuSign Signer Events Signature Timestamp Michael R Odell Mike.Odell@xlparts.com President & CEO XL Parts LLC Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 190.119.95.147 Sent: 11/13/2024 2:48:48 PM Viewed: 11/14/2024 11:18:31 AM Signed: 11/14/2024 11:18:52 AM Electronic Record and Signature Disclosure: Accepted: 7/20/2023 4:05:19 PM ID: 57354fba-5bd6-493e-b89d-5d40f48bbe6b Company Name: XL Parts LLC In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Adam Greer Adam.Greer@xlparts.com CFO XL Parts Security Level: Email, Account Authentication (None) Sent: 11/14/2024 11:28:16 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Richard Kilpatrick rkilpatrick@thepartshouse.com Strategic Account Manager Security Level: Email, Account Authentication (None) Sent: 11/14/2024 11:28:17 AM Viewed: 11/14/2024 11:46:54 AM Electronic Record and Signature Disclosure: Accepted: 8/5/2024 10:25:20 AM ID: 2ed86e4f-d8f2-4505-8b0f-7559c142a7a6 Company Name: XL Parts LLC 10181122 Witness Events Signature Timestamp Rebekah Plueger Rebekah.Plueger@xlparts.com Corporate Admin 15701 NORTHWEST FREEWAY Witness for Michael R Odell (Mike.Odell@xlparts.com) Security Level: Signature Adoption: Pre-selected Style Using IP Address: 207.141.31.254 Sent: 11/14/2024 11:18:53 AM Viewed: 11/14/2024 11:22:54 AM Signed: 11/14/2024 11:28:15 AM Electronic Record and Signature Disclosure: Accepted: 11/14/2024 11:22:54 AM ID: 36ef73e7-9db4-4a37-a00c-a4543ccd3896 Company Name: XL Parts LLC Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/13/2024 2:48:48 PM Certified Delivered Security Checked 11/14/2024 11:22:54 AM Signing Complete Security Checked 11/14/2024 11:28:15 AM Completed Security Checked 11/14/2024 11:28:17 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure 10191123 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, XL Parts | TPH (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 7/19/2023 2:13:53 PM Parties agreed to: Michael R Odell, Richard Kilpatrick, Rebekah Plueger 10201124 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact XL Parts | TPH: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: Delmy.Rodriguez@xlparts.com To advise XL Parts | TPH of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at Delmy.Rodriguez@xlparts.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from XL Parts | TPH To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to Delmy.Rodriguez@xlparts.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with XL Parts | TPH To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 10211125 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to Delmy.Rodriguez@xlparts.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify XL Parts | TPH as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by XL Parts | TPH during the course of your relationship with XL Parts | TPH. 10221126 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as “the City”, and Vehicle Maintenance Program, hereinafter referred to as “Vendor”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide aftermarket automotive parts, accessories and supplies. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit “A” Scope of Services attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. The terms and conditions of Bid No. WH24-079 and Vendor’s bid are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, Bid No. WH24-079, and Vendor’s bid, shall be resolved pursuant to the following order of precedence (1) this Agreement, (2) Bid No. WH24-079; and 3. Vendor’s bid. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial term of the contract shall be for five (5) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for three (3) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. Price increases will be subject to the City’s approval at one (1) year renewals. Any requested price adjustment shall be fully documented and submitted to the City for consideration at least 60 calendar days prior to the respective term anniversary date. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The price increase percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. Any approved price adjustments shall become effective on the beginning date of the approved bid extension. Such renewals are only effective and valid if in writing and executed by each parties’ authorized representative. 5. PAYMENT. The Vendor shall be paid by the City for completed work and for services rendered under this Agreement in accordance with Exhibit “B” Schedule of Prices attached hereto and incorporated herein by reference, as follows: a. The annual amount not to exceed $200,000.00 for a total contract amount not to exceed $1,000,000.00 over the total term of the Agreement, inclusive of all renewals. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee, and approved by the City Commission as required. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. 1023 d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. f. The Vendor’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. g. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications, and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference, and use in connection with Vendor’s endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, liability, damages, or any portion thereof, including attorney fees and costs, which the City or its officers, employees, or agents may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the Vendor, its employees, agents, partners, principals or subcontractors. The Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive City’s rights and immunities under the common law or §768.28, Fla. Stat., as may be amended from time to time. 9. INSURANCE. During the performance of the Work under this Agreement, Vendor shall maintain the following insurance policies, and provide originals or certified copies of all policies to City’s Risk Management. All polices shall be written by an insurance company authorized to do business in Florida. Vendor shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any Work pursuant to this Agreement: i. Worker’s Compensation Insurance: The Vendor shall procure and maintain for the life of this Agreement, Worker’s Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer’s Liability 1024 with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker’s Compensation and Employer’s Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The Vendor shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an “Occurrence” basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, “Indemnification” of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. Vendor shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 1025 15. TERMINATION. a. Termination for Convenience. This Agreement may be terminated by the City for convenience, upon fourteen (14) business days of written notice by the City to the Vendor in which event the Vendor shall be paid its compensation for services performed through the termination date, including services reasonably related to termination. In the event that the Vendor abandons this Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. b. Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within thirty (30) calendar days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by City for reasons including, but not limited to, Vendor’s failure to suitably or continuously perform the services in a manner calculated to meet or accomplish the objectives in this Agreement, or repeated submission (whether negligent or intentional) for payment of false or incorrect bills or invoices. c. In the event of the death of a member, partner, or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. d. Notice of termination shall be provided in accordance with the “Notices” section of this Agreement. e. In addition to any termination rights stated in this Agreement, City shall be entitled to seek any and all available contractual or other remedies available at law or in equity including recovery of costs incurred by City due to Vendor’s failure to comply with any term(s) of this Agreement. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Dan Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: 1026 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Vendor and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both City and Vendor. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Maylee DeJesus, CITY CLERK 100 E OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 DEJESUSM@BBFL.US Vehicle Maintenance Program Boca Raton, FL 33431 3595 N Dixie Hwy, Bay 7 1027 20. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21. EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. 22. UNCONTROLLABLE FORCES. A. Neither the City nor Vendor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term “Uncontrollable Forces” shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. B. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 23. E-VERIFY. Vendor is used interchangeably with Contractor throughout this Section. Vendor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. “Contractor” includes, but is not limited to, a vendor or consultant. 1028 ii. “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. “E-Verify system” means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; ii. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 24. MISCELLANEOUS. A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, money that may become due and money that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B. City and Vendor each bind itself, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in this 1029 Agreement. C. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D. At all times during the performance of this Agreement, Vendor shall protect City's property from all damage whatsoever on account of the work being carried on under this Agreement. E. It shall be the Vendor’s responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. F. Public Entity Crimes Act: Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Vendor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. G. Anti-Human Trafficking: On or before the Effective Date of the Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. H. Sovereign Immunity: Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. I. Countries of Concern: Vendor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. J. Services Provided in Response to Natural Disaster / Emergency. Vendor provides services that the City may require in the event of a hurricane or other disaster. Vendor acknowledges and agrees that in such event, the City may apply to the State of Florida or the federal government for funds which will be used to pay Vendor or reimburse the City for payments made to Vendor. FEMA will only consider reimbursing contracts which contain the requisite FEMA provisions. Vendor desires to be eligible to be awarded disaster work and be compensated through federal funds. The City and Vendor agree that with respect to any services or work performed or provided by Vendor or its subcontractors under the Agreement arising or related to a disaster event, the provisions set forth in the FEMA Addendum (the “FEMA Requirements”), a copy of which is attached hereto and incorporated herein by reference, shall apply. The FEMA Requirements shall only modify this Agreement upon the provision by Vendor of work or services required as a result of a disaster. The terms and conditions of the Agreement and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Agreement and the FEMA Requirements, the FEMA Requirements shall govern and prevail. K. This Agreement represents the entire and integrated agreement between City and Vendor and supersedes all prior negotiations, representations, or agreements, either written or 1030 oral. This Agreement is intended by the parties hereto to be final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation and the Vendor’s bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both City and Vendor. (Signatures on Following Page) 1031 1032 City of Boynton Beach EXHIBIT A SCOPE OF SERVICES Vendor will provide aftermarket parts for fleet vehicles and equipment on an as-needed basis for the City of Boynton Beach, Florida. Specific items will be selected and ordered via purchase order. 1033 EXHIBIT B SCHEDULE OF PRICES 60% Discount on all parts 1034 Exhibit C FEMA Requirements 1035 FEMA REQUIREMENTS The FEMA Requirements shall only modify the Contract upon the provision by the Contractor of work or services required as a result of a disaster. The term "Contractor", as used throughout shall mean the Contractor, Provider, Consultant, Supplier, etc., as applicable with respect to the Contract or Agreement. The term "Contract" as used throughout shall mean the underlying contract or agreement, as applicable. FEMA Requirements. The City and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event, the provisions set forth in this Addendum (including Form FHWA-1273) (collectively, the "FEMA Requirements") shall apply. The FEMA Requirements shall only modify the Contract upon the provision by Contractor of work or services required as a result of a disaster. The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Contract and the FEMA Requirements, the FEMA Requirements shall govern and prevail. A. Contracts to receive funding derived from federal grants must comply with federal guidelines. The federal funds appropriated by the Federal Emergency Management Agency (FEMA) will be administered through the State of Florida. B. In the event of a conflict between the FEMA Requirements listed in this section and other provisions of the Contract, the FEMA Requirements will govern and prevail. Only FEMA provisions applicable to the Contract shall apply. C. Payment. Payment shall be based on the unit rates/prices pursuant to the Contract Fee Schedule. The contractor shall submit invoices covering no more than a 30-day period. D. Remedies. (1) Legal Remedies. The city may enforce any breach of contract through a city-initiated lawsuit in a court of competent jurisdiction to pursue temporary or permanent injunctive relief or any other legal or equitable remedy authorized by law to cure, remove, prevent, or end a violation of any provision of this article. The City shall recover its court costs and reasonable attorneys' fees in any legal proceedings commenced to enforce the contract. (2) Additional Remedies. In addition to any other remedies provided for in the contract or to which the City may be entitled at law or in equity, in the event of a breach or violation of the Contract by the Contractor, the Contractor shall be subject to debarment or suspension from consideration for the award of additional contracts from the City, including but not limited to contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in the City Code. These remedies are cumulative and the use of any appropriate remedy shall not constitute an election of other remedies by the City. The use of one remedy shall not preclude the use of any other remedy. Nothing in this article shall prohibit the City from enforcing the requirements of this article by any other legal means. E. Termination for Cause. The City shall have the right to terminate the Contract for cause, in the event of a breach of the contract terms, upon five (5)-calendar days written notice to Contractor. In the event of termination, the City shall compensate the Provider for all authorized services or work satisfactorily performed through the termination date under the payment terms contained in the Contract. The City shall be liable for the payment of all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. F. Termination for Convenience. The City may terminate this Contract at its convenience with or 1036 without cause upon written notice of termination to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. G. Changes to Contract. Changes to the Contract terms and conditions which are within the scope of the Contract, reasonable for completion of the contract scope, allowable under FEMA regulations, and mutually agreed, may be made part of the Contract by written amendment duly executed by City and Contractor. H. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts) During the performance of this Contract, the Contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this 1037 contract or with any of the said rules, regulations, or orders, his contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings I. Civil Rights (Applicable to All FEMA Contracts) The following requirements will apply to the Contract and any sub-contracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 19671 as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation, telecommunications and government services. J. Davis Bacon Act and Copeland Anti-Kickback Act 1038 (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000. Not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program; Davis Bacon Act--40 USC s. 3141-3144 and 3146-3148, 2 CFR Part 200, Appendix II; Copeland Anti-Kickback Act--40 USC s. 3145). In situations where the Davis-Bacon Act does not apply, neither does the Copeland Anti-Kickback Act. Compliance with Davis Bacon Act (if applicable) (1) The Contractor agrees to comply with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146- 3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. (2) The Contractor agrees to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. (3) The Contractors will pay wages not less than once a week. Compliance with Copeland Anti-Kickback Act (1) Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. K. Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of $100,000 that involve the employment of mechanics or laborers; 29 CFR Part 5; 2 CFR Part 22, Appendix JI, E) (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. U. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under 1039 any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. L. Rights to Inventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement". Does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix II, F). The contractor acknowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. M. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of $150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. N. Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180; 2 CFR Part 3000) a. By signing this Addendum, the Contractor is providing the certification set out 1040 below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the Contractor to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). e. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. f. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State, and the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. g. The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. O. Certification Regarding Use of Contract Funds for Lobbying - Byrd Anti-Lobbying (Byrd Anti-Lobbying (31 USC s. 1352)--Applicable to contracts in excess of $100,000. 2 CFR Part 200, Appendix II) Contractors with contracts of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the City who in turn will forward the certification(s) to FEMA. (1) The Contractor certifies, by signing this Addendum, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 1041 b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. d. The Contractor also agrees that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such recipients shall certify and disclose accordingly. e. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. P. Procurement of Recovered Materials (Applicable to all FEMA contracts, 42 USC s. 6962; 2 CFR Part 200, Appendix II, K; 2 CFR s. 200.322) (1) In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. (2) Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program, (3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Q. Compliance with Federal Law. Regulations, and Executive Orders (Applicable to all FEMA contracts) This is an acknowledgment that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply with all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives as applicable, including but not limited to: a. The Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, 42 USC Sec. 5121, et. seq. b. Resource Conservation and Recovery Act c. National Historic Preservation Act d. Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act R. Compliance with State and Federal Reporting Requirements. The contractor and its 1042 subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. S. Immigration and Naturalization Act. (Applicable to all FEMA contracts} Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a(e} [§274A(a)(1) and (e)] of the Immigration and Nationality Act] and such employment of unauthorized aliens shall be grounds for unilateral termination of the Contract/Agreement. T. Indemnity of Funding Entities. (Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration), and the City and their officers, agents, employees, and elected officials from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees, and subcontractors' acts or omissions associated with this Contract. U. Performance and Payment Bonds. (Applicable to all FEMA Construction Contracts} If not already required under the Contract, and if requested by the City, the Contractor shall, prior to the commencement of operations, furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida, in the amount of the estimated contract value, which bond shall be conditioned upon the successful completion of all work, labor, services, and materials to be provided and furnished under the contract and the payment of all subcontractors, materials, and laborers. Said bonds shall be subject to approval by the City. V. Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles, materials, and supplies which are acquired for public use under this Contract have been produced in the United States as required by 41 USC §10a, unless it would not be in the public interest or unreasonable in cost. W. Access to Records (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) (1) The Contractor agrees to provide the City, State, FEMA, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) The Contractor agrees to maintain all books, records, accounts and reports required under the Contract for a period of not less than three (3) years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising from the performance of the Contract, in which case Contractor agrees to maintain same until the 1043 City, the State, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. (5) In compliance with the Disaster Recovery Act of 2018, the City and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. X. DHS Seal. Logo and Flags (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) The Contractor shall not use the OHS seal(s), logos, crests or reproductions of flags or likenesses of OHS agency officials without specific FEMA approval. Y. Fraud and False or Fraudulent or Related Acts (Applicable to all FEMA contracts) The Contractor acknowledges that 31 USC Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract. Z. No Obligation bv the Federal Government (Applicable to all FEMA contracts) The Federal Government or FEMA is not a party to the Contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the contract. AA. Subcontracts. (Applicable to all FEMA contracts) To the extent applicable, the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts. 1044 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of “B+” or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Other - As Risk Identified to be determined ---------------------------------------------------------------- 1045 Advance Auto Atlantic Petro The Parts House Vehicle Maintenance Percentage Off / Discount Offered Percentage Off / Discount Offered Percentage Off / Discount Offered Percentage Off / Discount Offered 35% off list - Tools and Equipment 67% off list - filters 50% off list - all other automotive supplies 0 50%60 Item 1 - Aftermarket Parts Attachment B 1046 Part Number Description Current Price Discount From Item 1 Final Item Price NA Brake Clean (Non Chlorinated) 14oz can 10.58 50% - part # W7340 5.29 NA Windshield Washer Fluid (1 Gallon)13.42 50% - part # 5066517 6.71 Fram PH12447 Oil Filter 25.30 67%8.35 Anco AN31-22 22" Wiper Blade 20.6 50% - part # 22-1 10.03 NA 5w30 Full Synthetic Oil (Quart)22.56 50% - part # 24812 11.28 Part Number Description Current Price Discount From Item 1 Final Item Price NA Brake Clean (Non Chlorinated) 14oz can 7.61 0 7.61 NA Windshield Washer Fluid (1 Gallon)5.06 0 5.06 Fram PH12447 Oil Filter 21.26 0 21.26 Anco AN31-22 22" Wiper Blade 13.29 0 13.29 NA 5w30 Full Synthetic Oil (Quart)19.88 0 19.88 Part Number Description Current Price Discount From Item 1 Final Item Price NA Brake Clean (Non Chlorinated) 14oz can 6.59 50 3.30 NA Windshield Washer Fluid (1 Gallon)4.99 50 2.50 Fram PH12447 Oil Filter 10.99 50 5.50 Anco AN31-22 22" Wiper Blade 6.99 50 3.50 NA 5w30 Full Synthetic Oil (Quart)13.59 50 6.80 Part Number Description Current Price Discount From Item 1 Final Item Price NA Brake Clean (Non Chlorinated) 14oz can 14.70 60 5.88 NA Windshield Washer Fluid (1 Gallon)14.38 60 5.75 Fram PH12447 Oil Filter 11.68 60 4.67 Anco AN31-22 22" Wiper Blade 11.50 60 4.60 NA 5w30 Full Synthetic Oil (Quart)11.61 60 4.64 Low Second Low Third Low Item 2 - Aftermarket Parts Evaluation Attachment B Advance Auto Atlantic Petro The Parts House Vehicle Maintenance 1047 Description Response (Yes or No)Comments N/A No Not a minority owned business. Publicly traded company. N/A No Not a minority owned business. Publicly traded company. N/A No Not a minority owned business. Publicly traded company. N/A No Not a minority owned business. Publicly traded company. N/A No Not a minority owned business. Publicly traded company. Description Response (Yes or No)Comments Confirmation of Minority Owned Business Yes No comment N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Description Response (Yes or No)Comments TPH does not qualify as a Minority Owned Business NO No question is visible in this form TPH does not qualify as a Minority Owned Business NO No question is visible in this form TPH does not qualify as a Minority Owned Business NO No question is visible in this form TPH does not qualify as a Minority Owned Business NO No question is visible in this form TPH does not qualify as a Minority Owned Business NO No question is visible in this form Description Response (Yes or No)Comments MBE - Certified by Florida Office of Supplier Diversity Yes Certified by the state of Florida WBENC Yes Certified by WBENC n/a na na na na na na na na Confirmation of Minority Owned Business Advance Auto Atlantic Petro The Parts House Vehicle Maintenance 1048 Local Business Status Certification Advance Auto Is the business located within the City limits of Boynton Beach, Florida? Yes Does the business have a business tax receipt issued in the current year? Yes Is the business registered with the Florida Division of Corporations? Yes Number of years in business 92 Business license number 80-8012422170-3 Atlantic Petrol Is the business located within the City limits of Boynton Beach, Florida? No Does the business have a business tax receipt issued in the current year? No Is the business registered with the Florida Division of Corporations? No Number of years in business 19 Business license number 27-0129663 The Parts House Is the business located within the City limits of Boynton Beach, Florida? Yes Does the business have a business tax receipt issued in the current year? Yes Is the business registered with the Florida Division of Corporations? Yes Number of years in business 7 under current name Business license number 25-00055006 Vehicle Maintenance Is the business located within the City limits of Boynton Beach, Florida? No Does the business have a business tax receipt issued in the current year? Yes Is the business registered with the Florida Division of Corporations? Yes Number of years in business 35 Business license number 200121490 1049 City of Boynton Beach Agenda Item Request Form 7.C Consent Bids and Purchases over $100,000 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-313- Authorize the purchase of Avigilon Security Cameras for City Hall, Fire Stations 3, and Sara Sims Park camera replacement projects, and increase the annual expenditure for the City's piggyback agreement with Broadcast Systems, Inc. for Information Technology Related Services utilized by Police and ITS, by increasing the annual not to exceed amount to $750,000. Requested Action: Staff recommends approval of Proposed Resolution No. R24-313. Explanation of Request: On February 7, 2023, The City of Boynton Beach entered into a piggyback agreement with Broadcast Systems, Inc. for the purchase of Information Technology Related services for support and maintenance for installation of Avigilon citywide cameras, access control, real time crime center technology located at Fire Stations 2, 3, 4, and 5, approved by Resolution No. R23-016, which authorized the expenditure of $211,635. On December 5, 2023, the City Commission approved the purchase of additional maintenance services and authorized execution of Maintenance Agreement No. 00309 with Broadcast Systems for an estimated amount not to exceed $148,000. On May 1, 2024, the City Commission approved Resolution No. R24-117 approving the additional purchase and installation of Avigilon Security Cameras for the Hester Park Project, and increasing the annual fee paid to Broadcast Systems pursuant to the City’s piggyback of GSA Contract No. 07F-173GA to a total amount not to exceed $500,000 per year for all services provided by Broadcast Systems, Inc. pursuant to the piggyback agreement. Broadcast Systems, Inc. is utilized by both the Police Department and ITS Department for support and maintenance services. The Police Department estimates its annual expenditures under the contract to be $530,000, and ITS estimates its annual expenditures to be $50,000. The City would like to increase the annual expenditure to allow for the purchase and installation of Avigilon Security Cameras as a CIP project for Hester Park. The security cameras will integrate into the City-wide Avigilon Security Cameras and authorized city personnel will be able to monitor the security cameras for a total of $165,000. If approved, the total expenditure authorized under the contract for all City services will be increased to an amount not to exceed $750,000 per year. How will this affect city programs or services? The security camera system assists with building and maintaining wealth in the community by providing security camera coverage and access control and protecting the City’s investment in technology infrastructure. 1050 Fiscal Impact: CIP Funding was approved and is available FY 24/25 Attachments: R24-313 Agenda_Item_2443- 2023_Resolution_for_Broadcast_Systems_Fire_Station__3_and_Sara_Simms_Park.docx Resolution No. R23-176.pdf R24-117.pdf 1051 RESOLUTION NO. R24-3131 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING ADDITIONAL PURCHASES AND 4 INSTALLATION OF AVIGILON SECURITY CAMERAS AT SARA SIMS 5 PARK, CITY HALL, AND FIRE STATION NO. 3 AND INCREASE THE 6 ANNUAL EXPENDITURE UNDER THE AGREEMENT FOR INFORMATION 7 TECHNOLOGY-RELATED SERVICES WITH BROADCAST SYSTEMS, INC. 8 TO AN AMOUNT NOT TO EXCEED $750,000; AND FOR ALL OTHER 9 PURPOSES. 10 11 WHEREAS, on February 7, 2023, pursuant to Resolution No. 23-016, the City Commission12 approved the piggyback of GSA Contract No. 07F-173GA and entered into an Agreement for 13 Information Technology Related Services with Broadcast Systems, Inc. (“Contractor”) for the 14 purchase of IT support services for Citywide cameras, access control, Real Time Crime Center 15 technology and Fire Station 2, 3, 4, and 5, in an amount not to exceed $211,635; and16 WHEREAS, on December 5, 2023, the City Commission approved the execution of 17 Maintenance Agreement No. 00309 based on GSA Contract No. GS-07F-173GA with Broadcast 18 Systems (ER Tech Systems Group, Inc.) to purchase additional services, support, and maintenance 19 for Citywide cameras, access control, and Real Time Crime Center technology on an as-needed 20 basis from Broadcast Systems for an estimated amount not to exceed $148,000; and21 WHEREAS, on May 1, 2024, the City Commission approved Resolution No. R24-117 22 approving the additional purchase and installation of Avigilon security cameras for the Hester 23 Park Project and increasing the annual fee paid to Broadcast Systems pursuant to the City’s 24 piggyback of GSA Contract No. 07F-173GA to a total amount not to exceed $500,000 per year for 25 all services provided by Broadcast Systems, Inc. pursuant to the piggyback agreement; and 26 WHEREAS, Broadcast Systems, Inc. is utilized by the Police and ITS departments for 27 support and maintenance services. The Police Department estimates its annual expenditures 28 under the contract to be $530,000, and the ITS department estimates its annual expenditures to 29 be $50,000. The City would like to increase the annual expenditure for the purchase and 30 installation of Avigilon security cameras as a CIP project for Hester Park. The security cameras will 31 integrate into the citywide Avigilon security camera, and authorized city personnel will be able to 32 monitor the security cameras for a total of $165,000; and 33 1052 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 34 best interests of the City's citizens and residents to approve additional purchases and installation 35 of Avigilon Security Cameras at Sara Sims Park, City Hall, and Fire Station No. 3 and increase the 36 annual expenditure under the Agreement for Information Technology Related Services with 37 Broadcast Systems, Inc. to an amount not to exceed $750,000.38 39 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 40 BEACH, FLORIDA, THAT:41 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 42 being true and correct and are hereby made a specific part of this Resolution upon adoption.43 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 44 approve additional purchases and installation of Avigilon Security Cameras at Sara Sims Park, City 45 Hall, and Fire Station No. 3 and increase the annual expenditure under the Agreement for 46 Information Technology Related Services with Broadcast Systems, Inc. to an amount not to exceed 47 $750,000.48 SECTION 3.The City Commission of the City of Boynton Beach, Florida, does hereby 49 approve the Maintenance Agreement and Addendum to the Maintenance Agreement between 50 Broadcast Systems, Inc., and the City for the purchases and installation of Avigilon Security 51 Cameras at Sara Sims Park, City Hall, and Fire Station No. 3 (the “Agreement”), in form and 52 substance similar to that attached as Exhibit A.53 SECTION 4.The City Commission of the City of Boynton Beach, Florida, hereby 54 authorizes the Mayor to execute the Agreement. The Mayor is further authorized to execute any 55 ancillary documents required under the Agreement or necessary to accomplish the purposes of 56 the Agreement and this Resolution.57 SECTION 5.The City Clerk shall retain the fully executed Agreement as a public record 58 of the City. A copy of the fully executed Agreement shall be provided to Karl Maracotta to forward 59 to the Contractor.60 SECTION 6.This Resolution shall take effect in accordance with law.61 62 1053 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.63 CITY OF BOYNTON BEACH, FLORIDA64 YES NO65 Mayor – Ty Penserga __________66 67 Vice Mayor – Aimee Kelley __________68 69 Commissioner – Angela Cruz __________70 71 Commissioner – Woodrow L. Hay __________72 73 Commissioner – Thomas Turkin __________74 75 VOTE ______76 ATTEST:77 78 ___________________________________________________________79 Maylee De Jesús, MPA, MMC Ty Penserga80 City Clerk Mayor81 82 APPROVED AS TO FORM:83 (Corporate Seal)84 85 _______________________________86 Shawna G. Lamb87 City Attorney88 1054 1 RESOLUTION NO. R23-176 2 3 4 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 5 APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN A 6 MAINTENANCE AGREEMENT NO. 00309 BASED ON THE GSA 7 CONTRACT NO.GS-07F-173GA WITH BROADCAST SYSTEMS (ER TECH 8 SYSTEMS GROUP, INC.) TO PURCHASE SERVICES, SUPPORT, AND 9 MAINTENANCE FOR CITYWIDE CAMERAS, ACCESS CONTROL, AND 10 REAL TIME CRIME CENTER TECHNOLOGY ON AN "AS NEEDED BASIS" 11 FROM BROADCAST SYSTEMS FOR AN ESTIMATED TOTAL NOT TO 12 EXCEED $148,000; AND PROVIDING AN EFFECTIVE DATE. 13 14 WHEREAS, on February 7, 2023,the Commission approved the piggyback of the GSA 15 contract No. 07F-173GA by Resolution R23-016; and 16 WHEREAS, the City has a number of technology systems that require ongoing 17 technical support to ensure continuous operation which include a Citywide Avigilon access 18 control system that provides centralized and secure access to multiple City buildings, an 19 Avigilon Security Camera System with cameras installed across the City, call boxes at key 20 locations, digital signage, and technical systems in the real-time crime center; and 21 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 22 recommendation of staff, deems it to be in the best interests of the City residents to approve 23 and authorize the City Manager to sign a Maintenance Agreement No. 00309 based on the 24 GSA Contract No. GS-07F-173GA with Broadcast Systems (ER Tech Systems Group, Inc.) to 25 purchase services, support, and maintenance for Citywide Cameras, Access Control, and Real 26 Time Crime Center Technology on an "AS NEEDED BASIS" from Broadcast Systems for an 27 estimated total not to exceed $148,000. 28 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF 29 BOYNTON BEACH, FLORIDA, THAT: 30 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 31 being true and correct and are hereby made a specific part of this Resolution upon adoption 32 hereof. 33 Section 2. The City Commission hereby approves and authorizes the City 34 Manager to sign a Maintenance Agreement No. 00309 based on the GSA Contract No. GS- S:\CA\RESO\Agreements\Agreement with Broadcast Systems-Reso.docx 1055 35 07F-173GA with Broadcast Systems (ER Tech Systems Group, Inc.) to purchase services, 36 support, and maintenance for Citywide Cameras,Access Control, and Real Time Crime Center 37 Technology on an "AS NEEDED BASIS" from Broadcast Systems for an estimated total not to 38 exceed $148,000. A copy of the Agreement is attached hereto and incorporated herein by 39 reference as Exhibit "A." 40 Section 3. This Resolution shall become effective immediately upon passage. 41 PASSED AND ADOPTED this 5th day of December, 2023. 42 CITY OF BOYNTON BEACH, FLORIDA 43 44 YES NO 45 46 Mayor-Ty Penserga 47 48 Vice Mayor-Thomas Turkin 49 50 Commissioner-Angela Cruz 51 52 Commissioner-Woodrow L. Hay 53 54 Commissioner-Aimee Kelley 55 56 VOTE 6 -t 57 58 AT T: 59 1 moi 60 1... Tamm nzione, C T ga 62 Deput City Clerk Ma • 63 64 oyN-TON•eF` PPROVED AS TO FORM: 65 (Corporate Seal)4,0ArE••'•q.5;11 67 RP L/l' /)& LA- Yoh 68 0 \ \NC0\( %O ' % Shawna G. Lamb 69 City Attorney L0' S:\CA\RESO\Agreements\Agreement with Broadcast Systems-Reso.docx Th 1056 111111141 SYSTEMS ER Tech Systems Group Inc. Maintenance Agreement No. 00309 This is an Agreement, by and between Broadcast Systems and City of Boynton Beach herein referred to as "Client". Term: The term of the Agreement shall be Twelve Months from the date of this executed Agreement, with the option to renew for additional 36 month/Three periods at newly negotiated rates. Compensation: Client agrees to pay Broadcast Systems compensation in the total amount of$ 146,000.00 Monthly Maintenance Agreement Annual Charge: $ 146,000.00 GSA Contract: GS-07F-173GA All Prices quoted are exclusive of Local, State, or Federal taxes(if applicable) The information contained herein is the intellectual property of Broadcast Systems. All submitted design details and specifications represent Broadcast Systems confidential information, are proprietary in nature, and constitute trade secrets. The use of these materials without the express written permission of Broadcast Systems is strictly prohibited. Initial Broadcast Systems. 290 SW 12th Ave Suite 1, Pompano Beach, Florida 33069 Office(561) 578-4964 . Fax(561) 658-0360 1057 11111N SYSTEMS Maintenance Agreement Details 1. Basic Service: Basic Service is the routine labor required to troubleshoot low voltage equipment/systems cameras,cabling,etc.)during normal business hours,i.e.Monday through Friday between 9AM and 5PM.The service includes remote troubleshooting and programming as well as technical telephone support. The Client is responsible for allowing Broadcast Systems access to its systems via secure Virtual Private Network(VPN)or equivalent connection. 2. Technical Telephone Support:Broadcast Systems provides telephone support during normal business hours to address simple technical questions/issues. Telephone support is handled in a routine manner. The intent of this service is to provide timely answers to simple technical questions regarding system operations. 3. All support tickets must be generated through the Broadcast Systems help desk. All tickets will be emailed to admin(a,broadcastsystemsinc.com . Broadcast Systems will generate a ticket number and all parties will be able to track the support ticket throughout the event until resolution of service request. An additional copy of the support ticket will be forwarded to Client. 4. Priority Handling of Service Requests: Broadcast Systems will respond rapidly to routine service calls on a priority basis. Calls received prior to 8:00AM EST/EDT on normal business days are responded to during the same day. The initial response may be via telephone or remote programming (if applicable). Calls received after 8:00AM EST/EDT are handled with priority status and responded to no later than close of business on the following business day. 5. Emergency Response Service: This service is provided in conjunction with the Basic Service and includes service requests that require immediate response to a mission critical system failure. Emergency Response Service (ERS) is provided twelve (12) hours a day, five (5) days per week, not including holidays. Upon receipt of an authorized Emergency Service request, a Broadcast Systems engineer or technician will respond within a maximum of (8) hours. He/she will initially perform remote diagnostics via telephone or other remote connection(if applicable)and will either resolve the problem or downgrade the emergency to a routine service call.If the emergency is downgraded to a routine service call,the service call will be completed during regular business hours. If the emergency persists and an on-site response is required, Broadcast Systems will have an engineer/technician or approved subcontractor on-site within the following (12) hours. The work effort will be continuous until the response requirement is satisfied,and/or as directed by the Client. 6. Battery Tracking Program: This option includes tracking the age of batteries used in the system. Broadcast Systems will advise the Client when certain batteries should be replaced.If a complete list of batteries is not currently available, or they were provided (i.e. installed) by others, an inventory of batteries will be completed during the first year of the Service Agreement.The cost of battery replacement is charged separately to Client. Deludes"QuG-oi.\\' rrah€y"L r'CVs' iepiacet;i.:T.tlax dr.raares.iesutt4 frWit€Lat°e•IiartyOiuse, Ilegrrires secure access to fire nat orl7.by Broadcast.S''€tc.rns 1.,,c.* 13rordes,s1 Systems riot lltaln far th i elrls_c.ertcl.t of my c"•l'..il))i9P:72i d011:'1 eyed by£C.v(rP.`(4,'.aibc CI t"111) Cd:•1}27"ty rhr,Y e. 1 Por,.d Jast Syr:tu TS iiAt liable for.ii..repl.P.oeirteat of Ay cc uiwaelrt destroyed by Srverc:wo.ztl, rOr Chi rd j: rtiy aLT.E':, a 1058 SYSTEMS 7. Parts and Equipment Coverage: Equipment and/or material that needs to be replaced that are not covered by manufacturer warranty will be purchased: All shop materials sold at cost + 10% (I.E. Home Depot, Lowes,Electrical Supply,Amazon). All Avigilon materials will be sold at 10%off retail price during the term of this agreement.Items contract will utilize contract pricing GS-07F-173GA 8. System Documentation Maintenance:Broadcast Systems will maintain all relevant system documentation to support the system,including changes.Documentation and system information will be available to Client. 9. Fieldwork:Actual fieldwork for emergency or routine repairs will be performed by field engineers or technicians. If the engineer/technician determines the reason for service needed is not due to the work performed by Broadcast Systems or its equipment, then we will invoice Client for hourly emergency service. EXCLUSIONS&CLARIFICATIONS 1. Broadcast Systems has a clear understanding of the systems in place. As a result, certain assumptions have been made. Should a change to the system functionality and/or hardware/software be required,Broadcast Systems will respond by issuing an addendum(or revision)to this proposal describing the impact on the schedule and to the cost for the system.Work related to any changes will not begin until respective changes are mutually agreed to in writing. 2. Client will provide: a. Appropriate and sufficient power(electrical service)to all locations and devices including the head end control center b. Sufficient space for the head end and rack space for housing of all equipment. c. Space for command-and-control equipment d. Appropriate HVAC environmental controls for the MDF and IDF's e. DSL, TI, or other high-speed line to provide access to the internet, and for remote access by Broadcast Systems f. Base Blueprints as Broadcast will start documenting IP's and systems from an initial audit performed by Broadcast Staff. g. Appropriate Ethernet connectivity as specified by Broadcast Systems for interconnect into the Client LAN/WAN for remote viewing(via VPN or equivalent)of real time and archived video and troubleshooting or maintenance of the provided equipment. h. Clearing of trees,vegetation,or any other obstacle that may block camera views and inhibit video surveillance i. Utility poles J. Appropriate and sufficient lighting k. Sufficient space for mounting and installing all Broadcast Systems provided equipment 1. Lighting protection 3. Broadcast Systems is not responsible for electrical or mechanical adjustments, changes or replacements to any existing equipment except as noted in this agreement. All major equipment additions will be billed as a project and signed off on by the client before commencement. 3. The design of this project,and the type and quantity of equipment,are contingent on the completion of a final site survey/field audit. 4. We provide automation products and integration services to deliver a complete remote surveillance monitoring system.As a provider of control equipment and engineering services related to the equipment,Broadcast 1059 P SYSTEMS Systems' scope of responsibility as defined herein, is limited to the individual controls and system supplied by Broadcast Systems or BS subcontractors only. 5. Client will designate a representative with respect to this project. This representative should have a working knowledge of the project location and circumstances associated with this proposal. 6. Any information regarding client operations, business, personal, or Clients will be kept in strict confidence. The system price includes a perpetual,non-exclusive,non-transferable license, or licenses for use in this specific project only. 7. The pricing set forth in this agreement contains no monetary allowance for product liability or consequential damages, coverage, indemnification, or warranties, other than those set forth elsewhere in this agreement. Any additional assurances, indemnifications, or insurance coverage, if desired, will be subject to mutually agreeable terms,and pricing. 8. Neither party assumes any liability except as expressly provided in these terms and conditions. Subject to the extent allowable by law, in no event shall either party be liable, whether in contract, tort,or otherwise, for special, indirect,incidental,or consequential damages caused by the use of this project. Subject to the extent allowable by law, in no event shall Broadcast Systems' total 'iability to client hereunder exceed the sum paid to Broadcast Systems by Client,exclusive of any sums paid and/or owing directly to any subcontractor. 9. Performance and/or payment bonds are not included. 10. All prices are exclusive of U.S.federal,state,and local taxes. 11. All supplied documentation will be written in U.S. English;translation into other languages is available at an extra charge that will be provided upon request. 12. Operating manuals, documentation, and drawings will be provided in electronic format. Pricing for the production of hard copies of this documentation will be provided upon request. 13. In the event of additional work beyond the scope described herein, costs shall be assessed as follows: An estimate and written scope of work will be provided to the Client. No work will be performed until the scope of work and estimate is signed off on by the client and terms are agreed upon. 14. Covered services: City wide,access control systems,video systems,video and security software, security software, IT support software,mobile and fixed video systems,mobile video systems to include but not limited to LPR,camera,and signage trailers, fiber optical, and category cable systems,IT support hardware,switching support hardware,video wall software,video wall infrastructure,to include but not limited to displays and associated hardware, installation of critical infrastructure to support security and IT related systems. Labor for all covered services found on GSA contract GS-07F-173GA. 1060 1141/ SYSTEMS A. Routine Service—Labor: Routine Labor Rate applies to service work and Technical Telephone Support provided during normal business hours(Monday through Friday between the hours of 8:00AM and 5:00PM EST/EDT). Routine Service Labor Rate per Hour is charged in accordance with standard rates ii. Minimum Time Billing per on-site event.If remote support exceeds.5 hour the 1 Hour minimum service charge time will apply. Time Billing Increment in Excess of Minimum Time 0.5 Hour B. Emergency Response Services—(ERS)—Labor: Emergency Response Service Labor Rate applies to work that client has specifically requested on an emergency basis.ERS is provided with a response time of 7 hours(exceptions may apply,subject to type and location of the emergency). i. Emergency Response work during normal business hours(Monday through Friday between hours of 8:00AM and 6:00PM EST/EDT) Labor rate per hour is charged in accordance with standard rates in the class per technician. ii. Emergency Response work after normal business hours and Saturday 1.5 x Monday through Friday,6:00PM—11:00PM EST;Saturday,8:00AM—2:00PM) Hourly Rate Emergency Response work during all other hours including Weekends and Holidays Holidays:New Year's Day,Good Friday,Memorial Day,Independence Day,Labor Day, 2x Hourly Thanksgiving Day and day after,Christmas Day Rate iv. Minimum Time Billing for Emergency Calls 1.5 Hours v. Time Billing Increment in Excess of Minimum Time 5 hour C. Travel—Travel charges for BS personnel are as follows: i. Mileage Rate Per Mile 0 ii. Air Fare 0 Per Diem per Day per Person applies if service location is outside of a 100-mile radius from West Palm Beach,Florida 0 D. Materials i. All Shop Materials Sold at Cost+10%(I.E.Home Depot,Lowes,Electrical Supply, Amazon)All Avigilon Materials will be sold at 10%off retail price during the term of this agreement.+ 1061 fl4S SYSTEMS PRICING: Negotiated Labor Rates Master Tech:$ 121.91 per hour PM $121.91 System design:$121.91 per hour Client will engage Broadcast Systems in a block of 4 hours per month at the Master Tech rate.Technicians will be billed against the monetary monthly payment listed below per the class of technician preforming work: 121.91 USD per month The Client will be allowed to"bank"any leftover hours each month.These hours can be used towards a capital investment type project or equipment purchase within the term of this contract,at NO additional cost per month. This"block of time/value"can be realized in several ways: 1. We will allow you to bank your time over the term of the twelve-month contract. 2. The value of the contract will be billed at the appropriate rate for the class of tech that comes on site to preform work. 3. At the end of the month, months, or bi-annual term of this contract, if there are left over hours Client may choose to use the monetary value of the left-over hours to purchase either equipment or engage in a"project with credit from the maintenance contract" Optional System Health Tracking software Total: $ 0 USD per month Explanation: Broadcast Systems will install system health monitoring software on the site devices.If any of the abovementioned devices start to have an issue or go offline,the software will notify Broadcast Systems of the problem.This software allows us at times to catch the problems before they happen. rr 1062 SYSTEMS TERMS AND CONDITIONS 1. Payment Terms: Payment is due on the 1st of every month 2. No modification, alteration, or amendment to this order shall be effective unless in a written change order signed by Client representative and acknowledged by Broadcast Systems. 3. Standard Warranty: Unless otherwise stated in writing, Broadcast Systems standard warranty covers services provided by Broadcast Systems under this Agreement as follows: i.Duration:The Standard Warranty for services provided commences the day the project is completed and continues in effect for ninety(90)days.Warranty for hardware shall extend to the lesser of twelve 12) months from the date of delivery of project or for the duration of the manufacturers' warranty. Broadcast Systems shall forward and/or transfer any and all manufacturers' warranties to the Client. Client shall register the acquired products as appropriate to gain entitlement to the warranties provided by the manufacturers. ii.Exclusions:The following exclusions apply: a. Third Party Software:The Standard Warranty does not cover third party software. Client shall rely exclusively on the warranties provided by such third parties. b. Third Party Hardware: The Standard Warranty does not cover Third Party Hardware. Client shall rely exclusively on the warranties provided by such third parties. c. Modifications: Any changes or modifications to the code or software applications(as delivered by Broadcast Systems and as determined by the code version stored by Broadcast Systems as the latest version)by client will void all warranties. d. Any leftover hours expire at the end of this agreement if not used. 4. The terms and conditions of this order shall be construed and interpreted under the laws of the State of Florida. 1063 PIS SYSTEMS CONTRACT EXECUTION: The parties have made and executed this Agreement on the respective date under each signature: Client Nicholas M. Ehr President PIO 51010013 12 ,s/eats Date: Date: By: Broadcast Systems 290 SW 12th Avenue, Suite 1 Pompano Beach, FL 33069 AP' OVED AS.10 M Ji O City Attorney Initials 8 1064 111111N SYSTEMS CONTRACT EXECUTION: The parties have made and executed this Agreement on the respective date under each signature: Client Nicholas M. Ehr President Sidoa3 Date: Date: By: Broadcast Systems 290 SW 12th Avenue, Suite 1 Pompano Beach, FL 33069 AP vOVED AS 0 M GJ/4 City Attorney 1065 1 RESOLUTION NO. R24-117 2 3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVING ADDITIONAL PURCHASES AND 5 INSTALLATION OF AVIGILON SECURITY CAMERAS FOR THE HESTER PARK 6 PROJECT, AND INCREASING THE ANNUAL FEE UNDER THE AGREEMENT 7 FOR INFORMATION TECHNOLOGY RELATED SERVICES WITH BROADCAST 8 SYSTEMS, INC. TO AN AMOUNT NOT TO EXCEED $500,000; PROVIDING 9 AN EFFECTIVE DATE;AND FOR ALL OTHER PURPOSES. 10 11 WHEREAS, on February 7, 2023, pursuant to Resolution No. 23-016, the City Commission 12 approved the piggyback of GSA Contract No. 07F-173GA, and entered into an Agreement for 13 Information Technology Related Services with Broadcast Systems, Inc. for the purchase of IT 14 support services for Citywide cameras, access control, Real Time Crime Center technology and Fire 15 Station 2, 3, 4, and 5, in an amount not to exceed $211,635.00; and 16 WHEREAS, on December 5, 2023, the City Commission approved the execution of 17 Maintenance Agreement No. 00309 based on GSA Contract No. GS-07F-173GA with Broadcast 18 Systems (ER Tech Systems Group, Inc.) to purchase additional services, support, and maintenance 19 for Citywide cameras, access control, and Real Time Crime Center technology on an as-needed 20 basis from Broadcast Systems for an estimated amount not to exceed $148,000; and 21 WHEREAS, the City would like to increase annual spend to allow for the purchase and 22 installation of Avigilon security cameras as a CIP project for Hester Park. The security cameras will 23 integrate into the citywide Avigilon security camera and authorized city personnel will be able to 24 monitor the security cameras for an additional purchase price of $125,548.42; and 25 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 26 recommendation of staff, deems it to be in the best interests of the City residents to approve the 27 additional purchase and installation of Avigilon security cameras for the Hester Park Project, and 28 increasing the annual fee paid to Broadcast Systems pursuant to the City's piggyback of GSA 29 Contract No. 07F-173GA to a total amount not to exceed $500,000.00 per year for all services 30 provided by Broadcast Systems, Inc. pursuant to the piggyback agreement. 31 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 32 BEACH, FLORIDA, THAT: 33 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 1066 34 being true and correct and are hereby made a specific part of this Resolution upon adoption 35 hereof. 36 SECTION 2. The City Commission hereby approves the additional purchase and 37 installation of Avigilon security cameras for the Hester Park Project in an amount not to exceed 38 $125,548.42, copy of the Quote is attached hereto and incorporated herein by reference as Exhibit 39 "A," and further approves the increase the total annual fee paid by the City to an amount not to 40 exceed $500,000 for all services provided pursuant to the Agreement for Information Technology 41 Related Services with Broadcast Systems, Inc. 42 SECTION 3. This Resolution shall take effect in accordance with law. 43 44 Signatures on following page) 1067 45 PASSED AND ADOPTED this 21' day of May 2024. 46 CITY OF BOYNTON BEACH, FLORIDA 47 48 YES NO 49 Mayor-Ty Penserga 50 51 Vice Mayor-Aimee Kelley 52 53 Commissioner-Angela Cruz 54 55 Commissioner-Woodrow L. Hay 56 57 Commissioner-Thomas Turkin 58 59 VOTE S -0 60 61 ATT T: 62 63 AEI-, 64 Mayl=- - esus, MP', MMC Ty • - •'! 65 City le Mayo 66 yNTON P`‘‘ 67 1<b().• ORArE'••'90 APPROVED AS TO FORM: 68 (Corporate Seal) f0k:(o- , • j 69 Avila gV.i)770v r1GORP 2O 71 1• **•.\." 9 Shawna G. Lamb 72 FLO ' City Attorney 1068 ER Tech Systems Group Inc. 2450 NW 36th Street Ste 1A 0 BROADCAST Pompano Beach, FL 33073 US 1 5615784964SYSTEMSMTkmgTechnologySimple' admin@broadcastsystemsinc.com www.broadcastsystemsinc.com Estimate ADDRESS SHIP TO SHIP VIA Ground ESTIMATE 5786 City of Boynton Beach Hester Center DATE 03/07/2024 Financial Services Department 1901 N Seacrest Blvd EXPIRATION 04/30/2024 PO Box 310 Boynton Beach, Florida 33435 DATE Boynton Beach,FL 33425-0310 SALES REP Nicholas Ehr ACTIVITY DESCRIPTION QTY RATE AMOUNT PHASE 1 Camera Deployment 0.00 Reduced Scope per city HESTER CENTER PARK Requested by City GSA Contract#GS-07F-173GA 0.00 Pricing valid for 30 days 15C-H5A-3MH 3x 5 MP,WDR, LightCatcher,2.8mm,Camera 6 1,648.20 9,889.20 Only 6.0C-H5A-B01-IR 6.0 MP WDR,LightCatcher,4.9-8mm f/1.8 P-iris 3 1,084.92 3,254.76 lens, Integrated IR,Next-Generation Analytics ACCT-ENT ACC 7 Enterprise Edition camera license 9 232.75 2,094.75 CBS350-24FP-4G-NA 28-port Gigabit Managed Switch (24 PoE+ 1 1,604.68 1,604.68 budget 370W;4 Gigabit SFP)-NA Master Tech(GSA) Master Technician (GSA) 140 121.91 17,067.40 System Design System Design Engineer(GSA)40 121.91 4,876.40 Engineer(GSA) Project manager(GSA) Project manager(GSA) 40 110.83 4,433.20 NVR4X-PRM-192TB-NA NVR4X Premium 192TB 2U Rack Mnt; 1 49,967.15 49,967.15 Windows Server 2016;NA Subtotal: 93,187.54 Order Level Materials 0.00 H4-MT-POLE1 Pole mount adapter for use with H4A-MT- 9 79.65 716.85 WALL1, H4-BO-JBOX1, H4SL,H4F,H4 P12, H4 IR P12 and H4 Multisensor cameras. H4-MT-CRNR1 Corner mount adapter for use with H4A-MT- 4 79.65 318.60 WALL1, H4-B0-JBOX1, H4SL,H4F, H4 P17, 1069 H4 IR PTZ and H4 Multisensor cameras. H4AMH-AD-PEND1 EOL Outdoor pendant mount adapter, must order 6 141.60 849.60 one of IRPTZ-MNT-WALL1 or IRPTZ-MNT- NPTA1 and one of H4AMH-DO-COVR1 or H4AMH-DO H4AMH-DO-COVR1 Dome bubble and cover,for outdoor surface 6 141.60 849.60 mount or pendant mount,clear. IRPTZ-MNT-WALL1 Pedant wall mount adapter. For use with H4 IR 6 84.08 504.48 PTZ or H4A-MH-AD-PEND1 on H4 Multisensor. H4AMH-AD-IRIL1 Optional IR illuminator ring,up to 30m(100ft), 6 292.05 1,752.30 for use with H4AMH-DO-COVR1. POE-INJ2-60W-NA Indoor single port Gigabit PoE++60W,North 6 132.75 796.50 American power cord included. H4-BO-JBOX1 Junction box for the H4A HD Bullet, H4SL HD 3 79.65 238.95 Bullet,or H4 Thermal cameras. Cisco Cisco 550 series fiber back bone 10 GIG switch 1 3,700.00 3,700.00 Job Materials 10 Gig GBICS 5 129.00 645.00 Job Materials 1500 VA battery back up 1 449.00 449.00 Job Materials Locking Rack vertical style 1 650.00 650.00 Job Materials LCOM Hardened field enclosure,with 3 1,200.00 3,600.00 grounding, pole clamp,and fiber terminations Job Materials Hardened gig field switches with power 3 1,500.00 4,500.00 supplies and Fiber patch cable Job Materials Fiber enclosure and terminations 1 2,500.00 2,500.00 Job Materials Fiber optical cable MM 10 GIG 1 4,350.00 4,350.00 Job Materials Category cable CAT6 wet location 1 1,440.00 1,440.00 Job Materials Installation materials 1 4,500.00 4,500.00 0.00 Subtotal: 32,360.88 0.00 Note:directional boring and electrical at the 0.00 pole mounted cameras done by others SUBTOTAL 125,548.42 TAX 0.00 TOTAL 125,548.42 Accepted By Accepted Date Page 2 of 2 1070 City of Boynton Beach Agenda Item Request Form 7.D Consent Bids and Purchases over $100,000 12/ 3/2024 Meeting Date: 12/ 3/2024 Proposed Resolution No. R24-314- Approve the purchase for the replacement of Pool Heaters at Denson Pool, related to the project Denson Pool Heater Replacement, with Symbiotic Service Corp., which is scheduled in the FY2025 proposed and adopted Fund 303 CIP plan, for a budgeted amount of $100,000. Requested Action: Staff recommends approval of Proposed Resolution No. R24-314. Explanation of Request: The pool heaters located at Denson Pool are not functioning properly and the Construction Services Division is looking to replace them. Symbiotic Service Corp., as a Single Source vendor, is the exclusive distributor, repair and services provider for Symbiotic Pools Heaters. The equipment detail is: Three (3) Symbiont Model PH215BRGSWPN GeoThermal pool heating/cooling units, including complete installation for an estimated amount of $84,707. The Construction Services Division is requesting the project to be approved for the budgeted amount of $100,000, in order to include permit fees and/or in the event that damage is found to the electrical and water installations, during the installation process of the pool heaters. How will this affect city programs or services? This replacement provides an adequate temperature, especially during the fall and winter season of the year, for the enjoyment of our residents and visitors. Fiscal Impact: This is a budgeted item. Attachments: R24-314 Agenda_Item_2450-2023_Resolution_for_pool_heater_replacement.docx Exhibit A to Resolution - Symbiotic Service Corp - Proposal Exhibit A to Resolution - FY2025 - Fund 303 - Denson Pool Heater Replacement - $100K Single Source Letter Single Source Form 1071 RESOLUTION NO. R24-3141 2 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON 3 BEACH, FLORIDA, APPROVING THE PURCHASE OF REPLACEMENT OF 4 POOL HEATERS AT DENSON POOL WITH SYMBIONT SERVICE 5 CORPORATION FOR AN AMOUNT NOT TO EXCEED $100,000; AND 6 FOR ALL OTHER PURPOSES. 7 8 WHEREAS, the pool heaters at Denson Pool are not functioning properly, and the 9 Construction Services Division desires to replace them; and 10 WHEREAS, Symbiotic Service Corp., as a Single Source vendor, is the exclusive distributor, 11 repair, and services provider for Symbiotic Pools Heaters; and 12 WHEREAS, the equipment detail is: Three (3) Symbiont Model PH215BRGSWPN 13 GeoThermal pool heating/cooling units, including complete installation for an estimated amount 14 of $84,707. The Construction Services Division is requesting the project to be approved for the 15 budgeted amount of $100,000, including permit fees and/or if damage is found to the electrical 16 and water installations, during the installation process of the pool heaters; and 17 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the 18 best interests of the city's citizens and residents to approve the purchase of replacement of pool 19 heaters at Denson Pool with Symbiont Service Corporation for an amount not to exceed $100,000.20 21 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON 22 BEACH, FLORIDA, THAT:23 SECTION 1.The foregoing "Whereas" clauses are hereby ratified and confirmed as 24 being true and correct and are hereby made a specific part of this Resolution upon adoption.25 SECTION 2.The City Commission of the City of Boynton Beach, Florida, does hereby 26 approve the purchase of replacement of pool heaters at Denson Pool with Symbiont Service 27 Corporation for an amount not to exceed $100,000, as further detailed in Exhibit A, attached 28 hereto.29 SECTION 3.The City Commission of the City of Boynton Beach, Florida, hereby 30 authorizes the Mayor to execute any ancillary documents necessary to accomplish the purposes 31 of this Resolution.32 1072 SECTION 4.This Resolution shall take effect in accordance with law.33 34 PASSED AND ADOPTED this ______________ day of ______________________________ 2024.35 CITY OF BOYNTON BEACH, FLORIDA36 YES NO37 Mayor – Ty Penserga __________38 39 Vice Mayor – Aimee Kelley __________40 41 Commissioner – Angela Cruz __________42 43 Commissioner – Woodrow L. Hay __________44 45 Commissioner – Thomas Turkin __________46 47 VOTE ______48 ATTEST:49 50 ___________________________________________________________51 Maylee De Jesús, MPA, MMC Ty Penserga52 City Clerk Mayor53 54 APPROVED AS TO FORM:55 (Corporate Seal)56 57 _______________________________58 Shawna G. Lamb59 City Attorney60 1073 City of Boynton Beach City of Boynton Beach PO Box 310 225 NW 12th Ave. Boynton Beach, Florida 33425 Boynton Beach, Florida 33425 561-742-6646 Replace All Heaters with new Symbiont Pool Heaters: 3 Symbiont Model GeoThermal Pool Heat/Cool Units Includes titanium condenser and evaporator heat exchangers Source Water: From existing well, pump & piping, if adequate Install PoolSync WiFi Controller & booster Electric: Wire from existing disconnects, if adequate Complete* installation 84,707.00$ * Local permits additional as required. Manufacturer’s Limited Warranty: One year Symbiont Service Corp. all parts and labor on the installation. Five year manufacturer's labor on the new Symbiont units. Seven year manufacturer's all parts only on the new Symbiont units. Lifetime parts on titanium tube portion of the condenser and evaporator heat exchangers in new units. Not responsible for any damage to private or public unmarked underground lines, or repairs of landscape, painted or finished surfaces. All work done to code. All current discounts and promotions have been applied. May 20, 2024 PH215BRGSWPN October 23, 2024 Date: We hereby submit specifications and estimates for: Proposal Submitted To:Job Name: Lic #: CAC035549  •  EC0002946 CBC1258380  •  CPC1456477 Eighty-four thousand seven hundred seven dollars and no/100 ------------------------------------- $84,707.00 Monthly Progressive Billing The labor, material and equipment required for this job will be furnished by Symbiont Service Corporation ("Symbiont")for a total of: Customer:______________________________________ (print name) Signature: _____________________________________ Date: _________________________________________ Respectfully submitted, SYMBIONT SERVICE CORPORATION By: __________________________________________ Any alteration or deviation from the above scope of work involving extra costs will become an extra charge in addition to the quoted price based on time and materials pricing. Symbiont Service maintains all required insurances, certificates are available upon request. This contract consists of this proposal as well as the terms and conditions, all documents and exhibits referenced therein and the Limited Workmanship Warranty, all of which are hereby incorporated by reference. This proposal will be subject to withdrawal if not accepted within 30 days. Please make checks payable to "Symbiont Service Corporation". I HAVE READ AND UNDERSTAND THIS PROPOSAL, THE TERMS AND CONDITIONS AND ALL DOCUMENTS AND EXHIBITS REFERENCED THEREIN AND AGREE TO BE BOUND BY THEIR TERMS. ACCEPTANCE OF PROPOSAL:The above prices, specifications and conditions are satisfactory and are hereby accepted. Symbiont is authorized to do the work as specified. By signing below, Customer acknowledges that Customer is the owner of the property where work is to be performed. _________________________________ 1074 Project Name:Dept./Location:Rec & Parks Project #: Project Type:Park Amount Project G/L #:100,000$ Project Manager:Jose Murray Design Construction Project Duration:180 PROJECT DESCRIPTION PROJECT PICTURE (Copy and Paste or Insert) BUSINESS CASE DISTRICT 2 PROJECT SCHEDULE PROJECT CRITERIA Estimated Actual Estimated Actual Replacement of Facilities/Equipment (New) x Planning / Study Expansion of Facilities (Modification) x Design Enhance Service to Public x Contract Advertise/Award Regulatory or Commission Mandate Construction Dec-24 Reduce Costs x Project In Service Date Generate Revenue x Health & Safety x PROJECT PRIORITY High x Critical - tied to mandates or safety Security / Fire Control x Medium Maintain level of service, operational savings ADA Complaince Low Moderate benefit RISK / CHALLENGES SOURCE OF FUNDS Prior Years FY 22/23 FY 23/24 FY 24/25 FY 25/26 FY 26/27 Project Total General Gov't CIP Fund (302) $0 $0 $0 $0 $0 Local Gov't Surtax Cap Fund (303) $0 $0 $0 $100,000 $0 $0 $100,000 Local Option Gas Tax (104) $0 $0 $0 $0 $0 $0 $0 Parks & Rec Trust Fund (141) $0 $0 $0 $0 $0 $0 $0 Rec Program Revenue Fund (172) $0 $0 $0 $0 $0 $0 $0 Public Service Debt Fund (207) $0 $0 $0 $0 $0 $0 $0 Utility Cap Improv Fund (403) $0 $0 $0 $0 $0 $0 $0 Utility Cap Fees (404) $0 $0 $0 $0 $0 $0 $0 Golf Fund (411) $0 $0 $0 $0 $0 $0 $0 Debt $0 $0 $0 $0 $0 $0 $0 Grants / Donations $0 $0 $0 $0 $0 $0 TOTAL $0 $0 $0 $100,000 $0 $0 $100,000 USE OF FUNDS Prior Years FY 22/23 FY 23/24 FY 24/25 FY 25/26 FY 26/27 Project Total Planning/Design $0 $0 $0 $0 $0 $0 $0 Construction $0 $0 $0 $100,000 $0 $0 $100,000 Furniture & Equipment $0 $0 $0 $0 $0 $0 $0 Technology Software/Hardware $0 $0 $0 $0 $0 $0 $0 Art (1% of Construction) $0 $0 $0 $0 $0 $0 $0 Contingency $0 $0 $0 $0 $0 $0 $0 Program Management $0 $0 $0 $0 $0 $0 $0 TOTAL $0 $0 $0 $100,000 $0 $0 $100,000 Impact on Operating Budget Prior Years FY 22/23 FY 23/24 FY 24/25 FY 25/26 FY 26/27 CRA $0 $0 $0 $0 $0 $0 Personnel $0 $0 $0 $0 $0 $0 Capital Improvement Program Pool Heaters Replace Pool Heater at Denson Pool Replace Pool Heater at Denson Pool to allow year round use. Denson Pool Heater Replacement The Challenge is to find the funding for this project in the current Market. Start Completion S:\PW\PW Finance\Agenda requests\Construction\Denson Pool\FY2025 - Fund 303 - Denson Pool Heater Replacement - $100K:FY2122 Project Sheet 11/14/2024 1075 Project Name:Dept./Location:Rec & Parks Project #: Project Type:Park Amount Capital Improvement Program Pool Heaters Denson Pool Heater Replacement Other Operating $0 $0 $0 $0 $0 $0 Supplies $0 $0 $0 $0 $0 $0 Capital Outlay $0 $0 $0 $100,000 $0 $0 TOTAL $0 $0 $0 $100,000 $0 $0 Submitted by:Kevin Ramsey June 1, 2024 Dept. Director:Department Director June 1, 2024 S:\PW\PW Finance\Agenda requests\Construction\Denson Pool\FY2025 - Fund 303 - Denson Pool Heater Replacement - $100K:FY2122 Project Sheet 11/14/2024 1076 July 26, 2024 Crystal Quesada City of Boynton Beach 225 NW 12th Ave. Boynton Beach, Florida 33425 Re: Sole Source Symbiont™ Provider Dear Ms. Quesada: Symbiont Service Corp. is the exclusive distributor of the Symbiont™ GeoThermal Pool/Spa heater, which is manufactured by AquaCal in St. Petersburg, Florida. AquaCal manufactures these heaters designed and engineered specially to Symbiont™ specifications. The heater is labeled as a Symbiont™ with a special model number and AquaCal sells them exclusively to Symbiont Service Corporation. As long as the Symbiont™ model heater is installed by Symbiont Service Corp. which it was for City of Boynton Beach, it comes with a five year labor and seven year all parts warranty. Additionally, Symbiont Service Corp. is the factory-authorized provider of parts and service to support this specialized warranty. Any repairs performed by an unauthorized repair facility will void the warranty for the Symbiont™ heater. Please feel free to call me if you have any questions or concerns at 800-881-4328 or you can e- mail me at sandy@symbiontservice.com. Sincerely, Symbiont Service Corp. Sandy L. King President  1077 Purchasing Division Sole/Single Source Justification Form This form shall be completed and approved prior to all sole source purchases Sole Source Definition -Commodities or contractual services available only from a sole source may be exempt from the quote or competitive process under the following circumstances: a. There is only one source or one reasonable source for the required commodity, service, or construction, or; b. The parts or accessories are an integral repair accessory compatible with existing equipment and are the only parts that can be reasonably used, or; c. The procurement is needed to ensure consistency in results as related to other products or standardization of parts or supplies as required to avoid unreasonable cost or inefficiency Single Source Definition -A procurement decision whereby purchases are directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Section A -Purchase Details Requestor Department Public Works Division Construction Department Point of Contact Jose Murray Phone Number 561 742 6216 Vendor Company Name Symbiont Service Corp Address 4372 North Access Road, Eaglewood Florida 34224 Phone Number (941 )-716-1816 Point of Contact and Title Steve Olds What other vendors were contacted? (List company name, contact, and phone None, Symbiont is the existing pool heating system number and explain why they were not suitable) Product or Service Product/Service Name Pool Heating Manufacturer AquaCal Make/Model # PH215BRGSWPN Price $84,707.00 Did you negotiate the terms or prices with the vendor? D Yes XNo Why is this price considered to be fair and reasonable? Price includes a complete installation with warranties. 1 1078 Purchasing Division Sole/Sin le Source Justification Form Will this purchase obligate the City to a particular vendor in the future? (Either in terms of maintenance, services, or re-purchase for compatibility reasons) D Yes X No This is a sole source because (choose any that apply): [g] Sole provider of a licensed or patented good or service IZl Single Source provider of items compatible with existing equipment, inventory, systems, programs, or services. □ Single Source provider of goods and services for which the city has established a standard. (new standards require the competitive solicitation process) [g] Single Source of factory-authorized warranty service D Sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or reference an attachment). [g] The vendor/distributor is the owner of used equipment that would represent a best-value purchase for the Ci and is advanta eous to the Ci . Please rovide information on current market rices, availabili , etc. What necessary features does this vendor provide which are not available from other vendors? Please be specific. Symbiont Geo Thermal heaters provide an eco-friendly approach to cooling/heating for Pools and Spas. The units Geo-thermal solution heats like gas at a fraction of the cost and have a 15-20 year life expectancy. The product also comes with a mobile control system to adjust pool temperatures and manufactures limited warranty. Warranty includes the following • 1 year Symbiont Service Corp. on all parts and labor • 5 year manufacture's labor on the new symbiont units • 7 year manufacture's all parts only on the new symbiont units • Lifetime parts on titanium tube portion of the condenser and evaporator heat exchangers in new units Attach documentation to substantiate this sole source claim including but not limited to: vendor quotes, product manuals, sole source letters, and patents or copyrights. Section C -Routing, Certification and Approval My department's recommendation for a sole source purchase is based upon an objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part nor do I have any personal involvement in any way with this request. No gratuities, favors or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials, or firms been a deciding influence on my request to sole source this purchase when there are other known su lie that exist. 1. Depa Date 2 1079 Purchasing Division Sole/Sin le Source Justification Form 2. Purchasing Manager/Finance Director Based on the information provided in Sections A and B and the attached supporting documents, I recommend D / do not recommend D this being certified as a sole source. Required D / not required D to be advertised for a period of 7 business days before award. Signature Date 3 11/13/2024 This is a single source vendor. I checked with the City of Sunrise who ordered the same heatersand they also used a procurement exemption. The City of Boynton Beach is recieving the same price on the heaters as the City of Sunrise. This vendor as a single sourceX 1080 1081 City of Boynton Beach Agenda Item Request Form 10.A Regular Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Discussion on the palette color chart to choose for the project Ocean Avenue Streetlight Improvements. Requested Action: Discussion on the palette color chart to choose for the project Ocean Avenue Streetlight Improvements. Explanation of Request: The City of Boynton Beach is seeking to re-paint and LED Retrofit all City-owned streetlights on Ocean Avenue from Federal Hwy. to the east side of the bridge. The project will also include the City-owned streetlights on Banana Boat Way. The scope includes LED Retrofit, pressure cleaning, and applying primer and paint to the poles. The Construction Services Division is requesting the City Commission for guidance on whether the poles should remain the existing teal color or be painted black to match the light poles on Boynton Beach Blvd or Ocean Avenue west of Federal Highway. Fiscal Impact: This is a budgeted item - CRA Reimbursed Project Attachments: Commission Presentation - Ocean Avenue Streetlights.pptx 1082 E. OCEAN AVENUE Streetlight Color Selection 1083 Project Overview/Scope •Scope Re-paint and LED Retrofit all City owned streetlights •Location: E Ocean Avenue Ocean Avenue from Federal Hwy. to east side of the bridge. Project will also include the City owned streetlights on Banana Boat Way. •Request seeking guidance on whether the poles should remain the existing teal color or be painted black to match the light poles on Boynton Beach Blvd. Site Location/Aerial 1084 Ocean Avenue Current Streetlight Color 1085 Teal / Turquoise Black • Replacement parts • Town of Ocean Ridge conversion to FPL • COBB Conversion to FPL? • Community Input Pole Color Selection • Teal/Turquoise • Black Factors to Consider 1086 CONCLUSION Request • Seeking guidance on whether the poles should remain the existing teal color or be painted black. 1087 THANK YOU & QUESTIONS 1088 City of Boynton Beach Agenda Item Request Form 10.B Regular Agenda 12/ 3/2024 Meeting Date: 12/ 3/2024 Discussion regarding residency requirements for Elections. Requested Action: Requested by Commissioner Turkin. Attachments: Residency Requirements Presentation.pptx 1089 CANDIDATERESIDENCYREQUIREMENTS 1090 Article 1, Section 3: (a) In order to qualify for the office of Mayor, a candidate must be a qualified elector of the City of Boynton Beach and have resided within the City for a period of not less than one (1) year prior to filing for office, and who shall have attained the age of twenty-one (21) years on or before the date the candidate files and qualifies for office. . . . (b) There shall be a City Commission of four (4) members elected from each of the four (4) election districts within the City and a Mayor who is elected by a city-wide vote. Each City Commissioner and each candidate for City Commissioner shall reside in the election district from which he or she is (to be) elected at the time of the election. A candidate for a Commission district seat must reside, for a period of not less than one (1) year prior to filing for election, in the district from which the candidate seeks election. . . . (c)Qualifications for City Commissioners. Only qualified electors who have resided in the City of Boynton Beach for at least one (1) year immediately prior to the election and who shall have attained the age of twenty-one (21) years on or before the date the candidate files and qualifies as a candidate for office shall be eligible to hold the office of City Commissioner. 1091 While the City Clerk is the Qualifying (Filing) Officer for our City, pursuant to section 99.061(7)(c), Florida Statutes, the filing officer performs only a ministerial function in reviewing qualifying papers. Therefore, the City Clerk may only review the qualifying papers to determine whether all items required have been properly filed and whether each item is complete on its face, but may not determine whether the contents of the qualifying papers are accurate. What is the role of the City Clerk in Verifying Forms? 1092 In Florida, a candidate's proof of residency can typically be challenged through a few specific legal mechanisms: 1.Election Supervisors: County Supervisors of Elections have the primary responsibility for verifying candidate qualifications, including residency requirements. 2.Opposing Candidates: Another candidate for the same office can file a legal challenge regarding residency requirements. 3.Registered Voters: A registered voter in the district or jurisdiction where the election is taking place can also challenge a candidate's proof of residency through an official legal process. The challenge process usually involves filing a formal complaint with the appropriate election authorities or potentially initiating a legal proceeding in the local circuit court. The challenger must provide specific evidence that calls into question the candidate's stated residency. 1093 Residency Requirements •Voter Registration •Candidate Affidavit •Proof of Residency for 1 year (silent as to how to verifies proof of residency) •21 years of age •Qualifying/Filing Fee - $25 •25 Petitions 1094 Residency Requirements •Candidate Affidavit •Registered Voter Card •Proof of Residency-1 year required • Provide a true copy of: • Florida Voter’s Registration Card • Florida Drivers’ License • Florida ID Card • Provide a true copy of: • Deed • Property Tax Receipt • Homestead Exemption Documentation • Lease Agreement • Florida Vehicle Registration • Utility Bill •Qualifying Fee 1095 Residency Requirements •CandidateAffidavit •Proofof Residency-1 year required •Providetwo or more of the following: •Florida Voter’s Registration Card •Florida Drivers’ License •Florida ID Card • Deed • Property Tax Receipt • Homestead Exemption Documentation • Lease Agreement • Utility Bill •QualifyingFee 1096 Residency Requirements •Voter Registration •25 Petitions •Biography or Resume •Proof of Residency - 2 years required • A combination of the following: (i) lease agreement(s) covering the durational residency requirements; (ii) proof of home ownership within the City for at least two years prior to qualifying for the office; (iii) voter's registration; (iv) driver's license; (v) utility bills in the candidate's name for a period covering the durational residency requirements; (vi) copies of the candidates filed income tax returns using a City of Doral address. •Maintain actual legal residence for the duration of the term in the City •Qualifying Fee •Sign Bond - In accordance with the City Code of Ordinances, a bond of $500.00 shall be required from each election campaign. This bond shall be conditioned upon the removal of all political signs of that candidate or issue within seven calendar days of the election to which they relate. 1097 Discussion and Questions 1098 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND VENDOR THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as “the City”, and The Parts House, hereinafter referred to as “Vendor”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide aftermarket automotive parts, accessories and supplies. 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit “A” Scope of Services attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. The terms and conditions of Bid No. WH24-079 and Vendor’s bid are expressly incorporated into this Agreement by reference. Any conflict or discrepancy between the terms of this Agreement, Bid No. WH24-079, and Vendor’s bid, shall be resolved pursuant to the following order of precedence (1) this Agreement, (2) Bid No. WH24-079; and 3. Vendor’s bid. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement. 4. TERM. The initial term of the contract shall be for five (5) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach Purchasing Manager in consultation with the Finance Director may extend the agreement at the same terms, and conditions, for three (3) one-year renewals (exercised separately) subject to vendor acceptance, satisfactory performance as determined by the Purchasing Manager, and determination by the Purchasing Manager that renewal will be in the best interest of the City. Price increases will be subject to the City’s approval at one (1) year renewals. Any requested price adjustment shall be fully documented and submitted to the City for consideration at least 60 calendar days prior to the respective term anniversary date. An increase in cost of less than 2% for each extension may be approved by the City administration and does not require Commission approval. The price increase percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics. Any approved price adjustments shall become effective on the beginning date of the approved bid extension. Such renewals are only effective and valid if in writing and executed by each parties’ authorized representative. 5. PAYMENT. The Vendor shall be paid by the City for completed work and for services rendered under this Agreement in accordance with Exhibit “B” Schedule of Prices attached hereto and incorporated herein by reference, as follows: a. The annual amount not to exceed $200,000.00 for a total contract amount not to exceed $1,000,000.00 over the total term of the Agreement, inclusive of all renewals. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee, and approved by the City Commission as required. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9951099 d. Final payment of any balance due the Vendor of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment, and incidentals necessary to complete the work. f. The Vendor’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. g. All payments shall be governed by the Local Government Prompt Payment Act, as set forth in Part VII, Chapter 218, Florida Statutes. 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications, and other materials produced by the Vendor in connection with the services rendered under this agreement shall be the property of the City whether the project for which they are made is executed or not. The Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference, and use in connection with Vendor’s endeavors. 7. COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida, and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend, and hold harmless the City, its officers, agents, and employees, from and against any and all claims, losses, liability, damages, or any portion thereof, including attorney fees and costs, which the City or its officers, employees, or agents may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to and resulting from the performance of this Agreement by the Vendor, its employees, agents, partners, principals or subcontractors. The Vendor shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorneys’ fees which may issue thereon. The parties understand and agree that the covenants and representations relating to this indemnification provision shall survive the term of this Agreement and continue in full force and effect as to the party's responsibility to indemnify. Nothing contained herein is intended nor shall be construed to waive City’s rights and immunities under the common law or §768.28, Fla. Stat., as may be amended from time to time. 9. INSURANCE. During the performance of the Work under this Agreement, Vendor shall maintain the following insurance policies, and provide originals or certified copies of all policies to City’s Risk Management. All polices shall be written by an insurance company authorized to do business in Florida. Vendor shall be required to obtain all applicable insurance coverage, as indicated below, prior to commencing any Work pursuant to this Agreement: i. Worker’s Compensation Insurance: The Vendor shall procure and maintain for the life of this Agreement, Worker’s Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. This coverage shall include Employer’s Liability Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9961100 with limits meeting all applicable state and federal laws. This coverage must extend to any subcontractor that does not have their own Worker’s Compensation and Employer’s Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. ii. Comprehensive General Liability: The Vendor shall procure and maintain for the life of this Agreement, Comprehensive General Liability Insurance. This coverage shall be on an “Occurrence” basis. Coverage shall include Premises and Operations; Independent consultants, Products-Completed Operations and Contractual Liability with specific reference to Article 8, “Indemnification” of this Agreement. This policy shall provide coverage for death, personal injury, or property damage that could arise directly or indirectly from the performance of this Agreement. Vendor shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 12. DISCRIMINATION PROHIBITED. The Vendor, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON-WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9971101 15. TERMINATION. a. Termination for Convenience. This Agreement may be terminated by the City for convenience, upon fourteen (14) business days of written notice by the City to the Vendor in which event the Vendor shall be paid its compensation for services performed through the termination date, including services reasonably related to termination. In the event that the Vendor abandons this Agreement or causes it to be terminated, the Vendor shall indemnify the City against loss pertaining to this termination. b. Termination for Cause. This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within thirty (30) calendar days after receipt of written notice from the aggrieved party identifying the breach. This Agreement may be terminated for cause by City for reasons including, but not limited to, Vendor’s failure to suitably or continuously perform the services in a manner calculated to meet or accomplish the objectives in this Agreement, or repeated submission (whether negligent or intentional) for payment of false or incorrect bills or invoices. c. In the event of the death of a member, partner, or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. d. Notice of termination shall be provided in accordance with the “Notices” section of this Agreement. e. In addition to any termination rights stated in this Agreement, City shall be entitled to seek any and all available contractual or other remedies available at law or in equity including recovery of costs incurred by City due to Vendor’s failure to comply with any term(s) of this Agreement. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction exclusively in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Dan Dugger, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Vendor shall be sent to the following address: Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9981102 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Vendor and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both City and Vendor. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the City to perform the service; B. Upon request from the City’s custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the City; and D. Upon completion of the contract, Contractor shall transfer to the City, at no cost to the City, all public records in Contractor’s possession All records stored electronically by Contractor must be provided to the City, upon request from the City’s custodian of public records, in a format that is compatible with the information technology systems of the City. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Maylee DeJesus, CITY CLERK 100 E OCEAN AVE. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 DEJESUSM@BBFL.US Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 9991103 20. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 21. EXECUTION OF THE AGREEMENT. This Agreement will take effect once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes. 22. UNCONTROLLABLE FORCES. A. Neither the City nor Vendor shall be considered to be in default of this Agreement if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non-performing party could not avoid. The term “Uncontrollable Forces” shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Agreement and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. B. Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non-performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Agreement. 23. E-VERIFY. Vendor is used interchangeably with Contractor throughout this Section. Vendor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statutes, as may be amended from time to time and briefly described herein below. A. Definitions for this Section: i. “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. “Contractor” includes, but is not limited to, a vendor or consultant. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10001104 ii. “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. iii. “E-Verify system” means an Internet-based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. B. Registration Requirement; Termination. Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E-Verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: i. All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; ii. All persons (including sub-vendors/sub-consultants/sub-contractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and iii. The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E-Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. 24. MISCELLANEOUS. A. No assignment by a party hereto of any rights under or interests in this Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, money that may become due and money that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. B. City and Vendor each bind itself, their partners, successors, assigns, and legal representatives to the other party hereto, their partners, successors, assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in this Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10011105 Agreement. C. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and court costs, except as otherwise provided under the indemnification provisions set forth herein above. D. At all times during the performance of this Agreement, Vendor shall protect City's property from all damage whatsoever on account of the work being carried on under this Agreement. E. It shall be the Vendor’s responsibility to be aware of and comply with all statutes, ordinances, rules, orders, regulations, and requirements of all local, city, state, and federal agencies as applicable. F. Public Entity Crimes Act: Vendor represents that it is familiar with the requirements and prohibitions under the Public Entity Crime Act, Section 287.133, Florida Statutes, and represents that its entry into this Agreement will not violate that Act. Vendor further represents that there has been no determination that it committed a “public entity crime” as defined by Section 287.133, Florida Statutes, and that it has not been formally charged with committing an act defined as a “public entity crime” regardless of the amount of money involved or whether Vendor has been placed on the convicted vendor list. G. Anti-Human Trafficking: On or before the Effective Date of the Agreement, Vendor shall provide City with an affidavit attesting that the Vendor does not use coercion for labor or services, in accordance with Section 787.06(13), Florida Statutes. H. Sovereign Immunity: Nothing contained herein is intended to serve as a waiver of sovereign immunity by the City or as a waiver of limits of liability or rights the City may have under the doctrine of sovereign immunity or Section 768.28, Florida Statutes. I. Countries of Concern: Vendor represents that it is, and for the duration of the Term will remain, in compliance with Section 286.101, Florida Statutes. J. Services Provided in Response to Natural Disaster / Emergency. Vendor provides services that the City may require in the event of a hurricane or other disaster. Vendor acknowledges and agrees that in such event, the City may apply to the State of Florida or the federal government for funds which will be used to pay Vendor or reimburse the City for payments made to Vendor. FEMA will only consider reimbursing contracts which contain the requisite FEMA provisions. Vendor desires to be eligible to be awarded disaster work and be compensated through federal funds. The City and Vendor agree that with respect to any services or work performed or provided by Vendor or its subcontractors under the Agreement arising or related to a disaster event, the provisions set forth in the FEMA Addendum (the “FEMA Requirements”), a copy of which is attached hereto and incorporated herein by reference, shall apply. The FEMA Requirements shall only modify this Agreement upon the provision by Vendor of work or services required as a result of a disaster. The terms and conditions of the Agreement and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Agreement and the FEMA Requirements, the FEMA Requirements shall govern and prevail. K. This Agreement represents the entire and integrated agreement between City and Vendor and supersedes all prior negotiations, representations, or agreements, either written or Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10021106 oral. This Agreement is intended by the parties hereto to be final expression of this Agreement, and it constitutes the full and entire understanding between the parties with respect to the subject hereof, notwithstanding any representations, statements, or agreements to the contrary heretofore made. In the event of a conflict between this Agreement, the solicitation and the Vendor’s bid proposal, this Agreement shall govern then the solicitation, and then the bid proposal. This Agreement may be amended only by written instrument signed by both City and Vendor. (Signatures on Following Page) Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10031107 DATED this _____ day of ________________________________________, 20____. CITY OF BOYNTON BEACH __________________________________ Ty Penserga, Mayor Attest/Authenticated: _________________________________ Maylee DeJesus, City Clerk Approved as to Form: _________________________________ Shawna Lamb, City Attorney Signature of Authorized Official __________________________________ Printed Name of Authorized Official __________________________________ Title (Corporate Seal) Attest/Authenticated: __________________________________ Secretary Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F Michael R Odell President & CEO 10041108 City of Boynton Beach EXHIBIT A SCOPE OF SERVICES Vendor will provide aftermarket parts for fleet vehicles and equipment on an as-needed basis for the City of Boynton Beach, Florida. Specific items will be selected and ordered via purchase order. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10051109 EXHIBIT B SCHEDULE OF PRICES 50% Discount on all parts Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10061110 Exhibit C FEMA Requirements Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10071111 FEMA REQUIREMENTS The FEMA Requirements shall only modify the Contract upon the provision by the Contractor of work or services required as a result of a disaster. The term "Contractor", as used throughout shall mean the Contractor, Provider, Consultant, Supplier, etc., as applicable with respect to the Contract or Agreement. The term "Contract" as used throughout shall mean the underlying contract or agreement, as applicable. FEMA Requirements. The City and Contractor agree that with respect to any services or work performed or provided by Contractor or its subcontractors under the Contract arising or related to a disaster event, the provisions set forth in this Addendum (including Form FHWA-1273) (collectively, the "FEMA Requirements") shall apply. The FEMA Requirements shall only modify the Contract upon the provision by Contractor of work or services required as a result of a disaster. The terms and conditions of the Contract and the FEMA Requirements should be read to operate in concert, except where directly in conflict. In the event of a conflict between the terms of the Contract and the FEMA Requirements, the FEMA Requirements shall govern and prevail. A. Contracts to receive funding derived from federal grants must comply with federal guidelines. The federal funds appropriated by the Federal Emergency Management Agency (FEMA) will be administered through the State of Florida. B. In the event of a conflict between the FEMA Requirements listed in this section and other provisions of the Contract, the FEMA Requirements will govern and prevail. Only FEMA provisions applicable to the Contract shall apply. C. Payment. Payment shall be based on the unit rates/prices pursuant to the Contract Fee Schedule. The contractor shall submit invoices covering no more than a 30-day period. D. Remedies. (1) Legal Remedies. The city may enforce any breach of contract through a city-initiated lawsuit in a court of competent jurisdiction to pursue temporary or permanent injunctive relief or any other legal or equitable remedy authorized by law to cure, remove, prevent, or end a violation of any provision of this article. The City shall recover its court costs and reasonable attorneys' fees in any legal proceedings commenced to enforce the contract. (2) Additional Remedies. In addition to any other remedies provided for in the contract or to which the City may be entitled at law or in equity, in the event of a breach or violation of the Contract by the Contractor, the Contractor shall be subject to debarment or suspension from consideration for the award of additional contracts from the City, including but not limited to contracts related to disaster relief or recovery, pursuant to the terms and procedures set forth in the City Code. These remedies are cumulative and the use of any appropriate remedy shall not constitute an election of other remedies by the City. The use of one remedy shall not preclude the use of any other remedy. Nothing in this article shall prohibit the City from enforcing the requirements of this article by any other legal means. E. Termination for Cause. The City shall have the right to terminate the Contract for cause, in the event of a breach of the contract terms, upon five (5)-calendar days written notice to Contractor. In the event of termination, the City shall compensate the Provider for all authorized services or work satisfactorily performed through the termination date under the payment terms contained in the Contract. The City shall be liable for the payment of all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. F. Termination for Convenience. The City may terminate this Contract at its convenience with or Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10081112 without cause upon written notice of termination to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be canceled and were placed prior to the effective date of termination and other reasonable costs associated with the termination. Notwithstanding the preceding, under no circumstances shall the City be liable to the Contractor for lost profits or overhead for work, materials, or services not performed or delivered to the City. All other termination provisions in the Contract shall remain applicable. G. Changes to Contract. Changes to the Contract terms and conditions which are within the scope of the Contract, reasonable for completion of the contract scope, allowable under FEMA regulations, and mutually agreed, may be made part of the Contract by written amendment duly executed by City and Contractor. H. Equal Employment Opportunity (Applicable to All FEMA Construction Contracts) During the performance of this Contract, the Contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10091113 contract or with any of the said rules, regulations, or orders, his contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part 11, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings I. Civil Rights (Applicable to All FEMA Contracts) The following requirements will apply to the Contract and any sub-contracts: (1) Age. In accordance with section 4 of the Age Discrimination in Employment Act of 19671 as amended, 29 U.S.C. §623, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. (2) Disabilities. In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. §12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities, and which prohibits discrimination in the areas of employment, public accommodations, transportation, telecommunications and government services. J. Davis Bacon Act and Copeland Anti-Kickback Act Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10101114 (Applicable to Emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program, and Transit Security Grant Program construction contracts in excess of $2,000. Not applicable to other FEMA grant and cooperative agreement programs, including the Public Assistance Program; Davis Bacon Act--40 USC s. 3141-3144 and 3146-3148, 2 CFR Part 200, Appendix II; Copeland Anti-Kickback Act--40 USC s. 3145). In situations where the Davis-Bacon Act does not apply, neither does the Copeland Anti-Kickback Act. Compliance with Davis Bacon Act (if applicable) (1) The Contractor agrees to comply with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146- 3148) and the requirements of 29C.F.R. pt. 5 as may be applicable. The contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable. (2) The Contractor agrees to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. (3) The Contractors will pay wages not less than once a week. Compliance with Copeland Anti-Kickback Act (1) Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. K. Contract Work Hours and Safety Standards Act (Applicable to all FEMA contracts in excess of $100,000 that involve the employment of mechanics or laborers; 29 CFR Part 5; 2 CFR Part 22, Appendix JI, E) (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. U. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (write in the name of the Federal agency or the loan or grant recipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10111115 any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. L. Rights to Inventions Made Under a Contract or Agreement (Applicable if FEMA award meets the definition of "funding agreement" under 37 C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement". Does not apply to the Public Assistance, Hazard Mitigation Grant Program, Fire Management Assistance Grant Program, Crisis Counseling Assistance and Training Grant Program, Disaster Case Management Grant Program, and Federal Assistance to Individuals and Households - Other Needs Assistance Grant Program. 37 CFR Part 401; 2 CFR Part 200, Appendix II, F). The contractor acknowledges that it must comply with the requirements of 37 CFR Part 401 and any implementing regulations issued by FEMA. M. Clean Air Act and the Federal Water Pollution Control Act (Applicable to Contracts in Excess of $150,000) Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. N. Certification Regarding Debarment. Suspension. Ineligibility and Voluntary Exclusion (Applicable to All FEMA Contracts and Subcontracts; Executive Order 12549, Executive Order 12689, 2 CFR Part 180; 2 CFR Part 3000) a. By signing this Addendum, the Contractor is providing the certification set out Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10121116 below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The Contractor shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the Contractor to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The Contractor shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). e. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. f. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State, and the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. g. The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of the Contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. O. Certification Regarding Use of Contract Funds for Lobbying - Byrd Anti-Lobbying (Byrd Anti-Lobbying (31 USC s. 1352)--Applicable to contracts in excess of $100,000. 2 CFR Part 200, Appendix II) Contractors with contracts of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the City who in turn will forward the certification(s) to FEMA. (1) The Contractor certifies, by signing this Addendum, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10131117 b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. c. This certification is a material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. d. The Contractor also agrees that he or she shall require that the language of this certification be included in all lower-tier subcontracts, which exceed $100,000, and that all such recipients shall certify and disclose accordingly. e. The Contractor, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. P. Procurement of Recovered Materials (Applicable to all FEMA contracts, 42 USC s. 6962; 2 CFR Part 200, Appendix II, K; 2 CFR s. 200.322) (1) In the performance of this Contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. (2) Information about this requirement, along with the list of EPA-designated items, is available at EPA's Comprehensive Procurement Guidelines website, www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program, (3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." Q. Compliance with Federal Law. Regulations, and Executive Orders (Applicable to all FEMA contracts) This is an acknowledgment that FEMA financial assistance will be used to fund the Contract only. The Contractor will comply with all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives as applicable, including but not limited to: a. The Robert T. Stafford Disaster Relief and Emergency Assistance Act, as amended, 42 USC Sec. 5121, et. seq. b. Resource Conservation and Recovery Act c. National Historic Preservation Act d. Mandatory Standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act R. Compliance with State and Federal Reporting Requirements. The contractor and its Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10141118 subcontractors shall comply with and the Contract is subject to the requirements and regulations of the Federal Emergency Management Agency and the State of Florida Division of Emergency Management pertaining to reporting. S. Immigration and Naturalization Act. (Applicable to all FEMA contracts} Contractor shall not knowingly employ unauthorized alien workers in violation of 8 USC §1324a(e} [§274A(a)(1) and (e)] of the Immigration and Nationality Act] and such employment of unauthorized aliens shall be grounds for unilateral termination of the Contract/Agreement. T. Indemnity of Funding Entities. (Applicable to all FEMA contracts) Contractor hereby agrees to indemnify and hold harmless the State of Florida, the Government of the United States of America (including but not limited to the Federal Emergency Management Agency and the Federal Highway Administration), and the City and their officers, agents, employees, and elected officials from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions and cost of actions, including attorneys' fees for trial and appeal, and for the preparation of same arising out of Contractor's, its officers, agents, employees, and subcontractors' acts or omissions associated with this Contract. U. Performance and Payment Bonds. (Applicable to all FEMA Construction Contracts} If not already required under the Contract, and if requested by the City, the Contractor shall, prior to the commencement of operations, furnish a Performance and Payment Bond, executed by a surety company authorized to do business in the State of Florida, in the amount of the estimated contract value, which bond shall be conditioned upon the successful completion of all work, labor, services, and materials to be provided and furnished under the contract and the payment of all subcontractors, materials, and laborers. Said bonds shall be subject to approval by the City. V. Materials and Supplies. (Applicable to all FEMA contracts) All manufactured and unmanufactured articles, materials, and supplies which are acquired for public use under this Contract have been produced in the United States as required by 41 USC §10a, unless it would not be in the public interest or unreasonable in cost. W. Access to Records (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) (1) The Contractor agrees to provide the City, State, FEMA, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to the contract for the purposes of making audits, examinations, excerpts and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. (4) The Contractor agrees to maintain all books, records, accounts and reports required under the Contract for a period of not less than three (3) years after the date of termination or expiration of the Contract, except in the event of litigation or settlement of claims arising from the performance of the Contract, in which case Contractor agrees to maintain same until the Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10151119 City, the State, FEMA, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. (5) In compliance with the Disaster Recovery Act of 2018, the City and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the FEMA Administrator or the Comptroller General of the United States. X. DHS Seal. Logo and Flags (Applicable to all FEMA contracts; OHS Standard Terms and Conditions, v. 3.0 XXV) The Contractor shall not use the OHS seal(s), logos, crests or reproductions of flags or likenesses of OHS agency officials without specific FEMA approval. Y. Fraud and False or Fraudulent or Related Acts (Applicable to all FEMA contracts) The Contractor acknowledges that 31 USC Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this Contract. Z. No Obligation bv the Federal Government (Applicable to all FEMA contracts) The Federal Government or FEMA is not a party to the Contract and shall not be subject to any obligations or liabilities to the City, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the contract. AA. Subcontracts. (Applicable to all FEMA contracts) To the extent applicable, the Contractor shall cause the inclusion of the provisions of this Addendum in all subcontracts. Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10161120 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of “B+” or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor.) The following is a list of types of insurance required of consultants, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Consultants Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------ Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non-Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ ------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ -------- Other - As Risk Identified to be determined ---------------------------------------------------------------- Docusign Envelope ID: 07DD6753-9AFB-4F0E-9780-6F93E1EA8A0F 10171121 Certificate Of Completion Envelope Id: 07DD67539AFB4F0E97806F93E1EA8A0F Status: Completed Subject: Complete with Docusign: The Parts House Contract.pdf Website: Source Envelope: Document Pages: 23 Signatures: 2 Envelope Originator: Certificate Pages: 5 Initials: 0 Delmy Rodriguez AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-06:00) Central Time (US & Canada) 15701 Northwest Freeway Houston, TX 77040 Delmy.Rodriguez@xlparts.com IP Address: 76.142.1.90 Record Tracking Status: Original 11/13/2024 2:45:54 PM Holder: Delmy Rodriguez Delmy.Rodriguez@xlparts.com Location: DocuSign Signer Events Signature Timestamp Michael R Odell Mike.Odell@xlparts.com President & CEO XL Parts LLC Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 190.119.95.147 Sent: 11/13/2024 2:48:48 PM Viewed: 11/14/2024 11:18:31 AM Signed: 11/14/2024 11:18:52 AM Electronic Record and Signature Disclosure: Accepted: 7/20/2023 4:05:19 PM ID: 57354fba-5bd6-493e-b89d-5d40f48bbe6b Company Name: XL Parts LLC In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Adam Greer Adam.Greer@xlparts.com CFO XL Parts Security Level: Email, Account Authentication (None) Sent: 11/14/2024 11:28:16 AM Electronic Record and Signature Disclosure: Not Offered via DocuSign Richard Kilpatrick rkilpatrick@thepartshouse.com Strategic Account Manager Security Level: Email, Account Authentication (None) Sent: 11/14/2024 11:28:17 AM Viewed: 11/14/2024 11:46:54 AM Electronic Record and Signature Disclosure: Accepted: 8/5/2024 10:25:20 AM ID: 2ed86e4f-d8f2-4505-8b0f-7559c142a7a6 Company Name: XL Parts LLC 10181122 Witness Events Signature Timestamp Rebekah Plueger Rebekah.Plueger@xlparts.com Corporate Admin 15701 NORTHWEST FREEWAY Witness for Michael R Odell (Mike.Odell@xlparts.com) Security Level: Signature Adoption: Pre-selected Style Using IP Address: 207.141.31.254 Sent: 11/14/2024 11:18:53 AM Viewed: 11/14/2024 11:22:54 AM Signed: 11/14/2024 11:28:15 AM Electronic Record and Signature Disclosure: Accepted: 11/14/2024 11:22:54 AM ID: 36ef73e7-9db4-4a37-a00c-a4543ccd3896 Company Name: XL Parts LLC Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 11/13/2024 2:48:48 PM Certified Delivered Security Checked 11/14/2024 11:22:54 AM Signing Complete Security Checked 11/14/2024 11:28:15 AM Completed Security Checked 11/14/2024 11:28:17 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure 10191123 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, XL Parts | TPH (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 7/19/2023 2:13:53 PM Parties agreed to: Michael R Odell, Richard Kilpatrick, Rebekah Plueger 10201124 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact XL Parts | TPH: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: Delmy.Rodriguez@xlparts.com To advise XL Parts | TPH of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at Delmy.Rodriguez@xlparts.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from XL Parts | TPH To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to Delmy.Rodriguez@xlparts.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with XL Parts | TPH To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: 10211125 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to Delmy.Rodriguez@xlparts.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify XL Parts | TPH as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by XL Parts | TPH during the course of your relationship with XL Parts | TPH. 10221126